NIA 22-011731

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Single Cell Gene Expression Kits
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov

Secondary Contracting Officer

Taryn
Mabe
Taryn.Mabe@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250 Employees
FPDS Classification Code
6550
Delivery of Goods
30 Days ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
10X Genomics
Address
6230 Stoneridge Mall Road
Pleasanton, California, 94588-3260
United States
Single-Sole Source Determination
This is a brand name requirement for Single Cell Gene Expression Kits. The Chromium kits are unique reagent delivery technology that partitions cells, process and prepare sequencing libraries for up to 8 samples in parallels and rapidly (10 – 20 minutes) generate > 1,000, 000 barcode-containing partitions in minutes. It performs deep profiling of complex cell populations with massive throughput digital gene expression on a cell-by-cell basis. Trace expression profiles to individual cells to ensure biologically relevant signals are not masked by bulk average measurements. We used these kits and technology for our on going project in the last few years and in order for us to maintain the integrity of the data that we already generated and analyzed, it is imperative that we use the same technology/reagents that we used before. Proceeding this way will maximize the possibility of generating comparable data and accelerate the publication time.

Only the 10X Chromium Controller reagents have been designed to rapidly and efficiently automate the equivalent of 100,000s to 1,000,000s of pipetting steps for highly parallel sample partitioning and molecular barcoding. These reagents allow the Chromium Controller to assay both single cell Gene Expression (transcription) and Single Cell Immune Profiling. 10X Genomics also provides free software in a user friendly format to process and analyze data: Cell Ranger (pipeline processing) and Loupe Cell Browser (data visualization and analysis).

Background/Description of Requirement

 This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-07 dated August 10, 2022

The differences between individual cells can have profound functional consequences, in both unicellular and multicellular organisms. Developed single-cell mRNA-sequencing methods enable unbiased, high-throughput, and high-resolution transcriptomic analysis of individual cells. This provides an additional dimension to transcriptomic information relative to traditional methods that profile bulk populations of cells. Single-cell RNA-sequencing methods have revealed new biology in terms of the composition of tissues, the dynamics of transcription, and the regulatory relationships between genes. Rapid technological developments at the level of cell capture, phenotyping, molecular biology, and bioinformatics promise an exciting future with numerous biological and medical applications.

The Chromium Single Cell Gene Expression Solution provides a comprehensive, scalable solution for cell characterization and gene expression profiling of hundreds to millions of cells. Affordable and with a simplified workflow, users can go from cell sample to sequencing library in less than one workday.

 

Generic Name of Product:  Single cell gene expression kits

Purchase Description:

  • Chromium Next GEM Single Cell 5’ kit V2, 16 rxns cat. # 1000263,

  • Chromium single Cell human BCR Amplification kit, 16 rxns cat. # 1000253,

  • Chromium Next GEM Chip K Single Cell kit, 48 rxns cat. # 1000286,

  • Dual Index Kit TT Set A  96 rxns cat. # 1000215,

  • Library Construction Kit, 16 rxns, cat. # 1000190.

Salient characteristics:

The kits require the following specifications:

    • Comprehensive and scalable solution for cell characterization and gene expression profiling.

    • Allows use of hundreds to tens of thousands of single cells at one time.

    • Cell-by-cell basis.

    • Can identify and characterize rare cell types.

    • Perform cellular phenotyping with single cell RNA-Seq.

    • Evaluate mRNA and cell surface protein expression profiles within the same cell.

  1. Quantity:

Catalog #1000263 – Qty 1

Catalog # 1000253 – Qty 1

Catalog # 1000286 – Qty 1

Catalog # 1000215 – Qty 1

Catalog #1000190 – Qty 1

 

Contract Type:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

 

SUMMARY STATEMENT:

 

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. UEI Number:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

 

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.

FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.

FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation.

 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

52.204-7 System for Award Management (Oct 2018),

52.204-13 System for Award Management Maintenance (Oct 2018),

FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

52.211-6, Brand Name or Equal (Aug 1999),

52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83),

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice(December 18, 2015).

 

The following provisions and clauses apply to this acquisition and are incorporated as an attachment.

Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Aug 2020)

3.52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

4. NIH Invoice and Payment Provisions

 

 All responses must be received by September 3, 2022 at 11AM and must reference announcement / solicitation number NIA 22-009259. Responses may be submitted electronically to Lorraine Gibbs at Lorraine.Gibbs@nih.gov Fax responses will not be accepted.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.