NIA 23-004307

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Chromium Fixed RNA Kit, Mouse Transcriptome
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov
NAICS Code Number
325413
Small Business Size Standard
1250
FPDS Classification Code
6550
Estimated Period of Performance
N/A
Delivery of Goods
30 Days ARO
Single-Sole Source Determination
Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

Single-Sole Source Determination:
This is a brand name requirement for Chromium Fixed RNA Kit, Mouse Transcriptome for single cell sequencing. These reagents must be compatible with the 10X Genomics chromium controller. The Chromium Fixed RNA Kit will allow for the collection of murine samples at different time points which can be fixed, and then when all the samples have been collected, can be processed simultaneously. The results obtained from the kit will be able to be analyzed for both treated and untreated samples, thus the differences seen for the doxorubicin treatment, which mimics senescence, can be studied at a single cell level.
Background/Description of Requirement

THIS IS AN EXTENSION OF THE ORIGINAL ANNOUNCEMENT UNDER THE SAME SOLICITATION NUMBER AND POSTED FROM FEBRUARY 20, 2023 TO MARCH 19, 2023

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 2023-01 dated December 30,, 2022.

The National Institute on Aging (NIA), Laboratory of Genetics and Genomics (LGG) requires the Chromium Fixed RNA kit for single cell sequencing.  Single cell RNA sequencing is increasingly being used to profile larger numbers of samples, corresponding to cohorts of patients, comparison of multiple tissue samples with varied treatments in a population such as controlled murine experiments or different perturbations, making an efficient and scalable workflow of paramount importance. Fixation with paraformaldehyde (PFA) allows samples to be collected at different time points and analyzed without sacrificing integrity or data quality, creating new possibilities for sample accessibility, throughput, and batched analysis. This advanced chemistry also brings single cell profiling to FFPE tissue, expanding the range of accessible sample types. One can now profile up to a million fixed single cells at once with a scalable workflow that can be run on a flexible schedule, while accommodating the needs of translational labs where fragile samples or time constraints would otherwise preclude analysis.

The study of senescence has become an important model in understanding healthy aging and how to prevent the disruptive effects that senescent cells can have on the body, and the specific detrimental effects that might be present in different tissues. This project would aim to describe the dynamics of senescence implementation in relevant tissues such as the lungs and the skin after doxorubicin treatment in mice. Doxorubicin treatment is a chemically inducible senescence model which has been shown to mimic the effects of age-related senescence. This project would enable the characterization of several different cell types within these tissues at different stages of the senescence response at once. Chromium Fixed RNA Profiling offers comprehensive, scalable solutions to measure gene expression in formaldehyde fixed samples. This workflow allows for fixed samples to be processed and analyzed individually. This protocol also optionally enables the detection of cell surface proteins in fixed single cell suspensions that are labeled with antibody-oligonucleotide conjugates prior to fixation. The Chromium Fixed RNA Kit will allow for collection of murine samples at different time points which can be fixed, and then when all the samples have been collected, can be processed simultaneously. The results obtained from the kit will be able to be analyzed for both treated and untreated samples, thus the differences seen for the doxorubicin treatment, which mimics senescence, can be studied at a single cell level.

4.    Purchase Description:  (1) Chromium Fixed RNA kit, Mouse Transcriptome (4 rxns x 4 barcodes); (Product Code 1000496); Brand 10X Genomics

5.    Salient characteristics:  All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. 

The Chromium Fixed RNA kit must: 

•    Profile gene expression for thousands to hundreds of thousands of cells or nuclei with a sensitive probe-based method that captures the whole mouse transcriptome to detect even low-expressing genes. 
•    Store samples without losing data quality, with the capacity to batch samples in the same run and minimize experimental variability. 
•    Choose the scale, with the flexibility to run 1–128 samples or up to 1 million cells per run with multiplexing. 
•    Lock in cell state and then combine gene expression analysis with detection of hundreds of cell surface proteins at high resolution for ultra-high parameter multiomic cytometry. 
•    Follow a ready-to-use, robust workflow with optimized, demonstrated protocols for diverse sample types, including cell lines, primary cells, and dissociated tissue containing fragile cells.
•    Bring single cell profiling to FFPE tissue from murine translational studies.

6.    Quantity: One (1)

7.Delivery Date: The reagents should be received 30 days ARO.  The shelf life of the reagents should be a minimum of 6 months upon receipt with proper storage.

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/:

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

 

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Dec 2022) 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)]

 

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), is applicable to this solicitation.

 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.

 

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

 

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

 

1. 52.204-7 System for Award Management (Oct 2018),

 

2. 52.204-13 System for Award Management Maintenance (Oct 2018),

 

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

 

4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 

5. 52.211-6, Brand Name or Equal (Aug 1999),

 

6. 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83),

 

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

 

The following provisions and clauses apply to this acquisition and are available 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 Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

 

3. NIH Invoice and Payment Provisions

 

All responses must be received by March 17, 2023, at 5PM and must reference announcement / solicitation number NIA 23-004307. 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.