NIA 23-010886

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

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250 Employees
FPDS Classification Code
6550
Delivery of Goods
Within 30 Days of Award
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
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.


The essential characteristics of the Chromium Cell sequencing kits that limit the availability to a brand name are: the Chromium kits are unique reagent delivery technology that partitions cells, process and prepare sequencing libraries for up to 16 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. LGG have used these kits and technology for an ongoing project in the last few years and to maintain the integrity of the data that is already generated and analyzed, it is imperative to use the same technology/reagents that was 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 and Chromium X to assay both ATAC and single cell Gene Expression (transcription). 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 Products and Commercial Services, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.

The purpose of this acquisition is to purchase Chromium Next GEM Single Cell Multiome ATAC and Gene Expression Reagent Bundle 4 rxns, Chromium Next GEM Chip J Single Cell Kits 48 rxns, Dual Index TT Set A 96 rxns, and a Single Index Kit N Set A 96 rxn.  The National Institute on Aging (NIA) Laboratory of Genetics and Genomics (LGG) requires the Chromium Next Gem Single Cell Multiome ATAC and Gene Expression Reagent Bundle 4 rxns, Chromium Next GEM Chip J Single Cell Kits 48 rxns, Dual Index TT Set A 96 rxns, and the Single Index Kit N Set A 96 rxn for continued research projects studying the effects of genetics on neurodegenerative diseases.  The differences between individual cells can have profound functional consequences, in both unicellular and multicellular organisms. Developed single-cell ATAC-sequencing and single cell multimome ATAC+Gene Epression methods enable unbiased, high-throughput, and high-resolution epigenomic and transcriptomic analysis of individual cells. This provides an additional dimension to transcriptomic and epigenomic information relative to traditional methods that profile bulk populations of cells. Single-cell Multiome profiling of the transcriptome and epigenome at single cell resolution can transform understanding of biology, enhance characterization of cell types and states, and gain deeper insights into underlying gene regulatory mechanisms with two readouts from every cell. Single Cell Multiome ATAC + Gene Expression multiplies the power of discovery. These single cell 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.

Purchase Description:                                                                                          

  • Chromium Next GEM Single Cell Multiome ATAC+Gene Expression Reagent Bundle 4 rxns
  • Chromium Next GEM Chip J Single Cell Kit 48 rxns
  • Single Index Kit N Set A 96 rxns                                                    
  • Dual Index Kit TT Set A 96 rxns

Salient characteristics:

  • Simultaneously profile gene expression and chromatin landscape from the same cell
  • Efficiently partition 500- 10,000 nuclei per channel, for up to 80,000 nuclei per run
  • Low microfluidic multiplet rate of <0.1% per 1,000 nuclei.
  • High sensitivity; similar performance to standalone Single Cell ATAC or Single Cell Gene Expression Solutions performed on nuclei
  • Achieve deep characterization of cell types and states with linked transcriptomic and epigenomic analyses
  • Easy-to-use software for data analysis and visualization

Quantity:

Two (2) Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 4 rxns

Two (2) Chromium Next GEM Chip J Single Cell Kit, 48 rxns

One (1) Single Index Kit N Set A, 96 rxns

One (1) Dual Index Kit TT Set A, 96 rxns

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.”

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. SAM 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 (Mar 2023) is applicable to this solicitation.
  2. 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)]
  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 (June 2023) 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 (Oct 2022) (41 U.S.C. chapter 83),
  7. HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  8. FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

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 (Nov 2021)
  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)
  4. NIH Invoice and Payment Provisions

All responses must be received by September 16, 2023, at 5:00 PM and must reference announcement / solicitation number NIA 23-010886. Responses may be submitted electronically to Carla Blalock at carla.blalock@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 specialistFax responses will not be accepted.

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

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.