Contact Points
This solicitation is issued as a Request for Quote (RFQ) on a competitive basis.
Statement of Need and Purpose: The purpose of this acquisition is to purchase a Trekker U Kit and Training Bundle. The National Institute on Aging (NAI), Laboratory of Cardiovascular Sciences (LCS) Requires spatial transcriptomics (Trekker U Kit and Training Bundle), this technology enables the study of aging by mapping gene expression within tissue samples at high spatial resolution. The technology involves capturing mRNA from tissue sections on specialized slides, which are then subjected to high-throughput sequencing. By maintaining the spatial context of gene expression, researchers can pinpoint where specific genes are active within the tissue and observe how this changes with age. This detailed spatial information helps in understanding the complex interplay between different cell types and their microenvironments during the aging process, revealing molecular mechanisms and potential therapeutic targets to combat age-related diseases.
Purchase Description: 10 X 10 Trekker U Kit Bundle and Trekker Training Kit Bundle
Salient characteristics:
- Bead with Spatial Barcode
- Melt tissue on Curio Trekker tile
- Tag Nuclei Woth photocleaved spatial barcode
- Isolate Nuclei
- Single Nucluei RNA Seq
Quantity:
Two (2) 10 x 10 Trekker U Kit Bundle
One (1) Trekker Training Kit Bundle
Delivery Date: 30 days ARO
Period of Performance: N/A
Option(s): N/A
Background Information and Objective: This acquisition is being conducted under Federal Acquisition Regulation (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 2024-06 dated August 29, 2024.
Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement
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 (Sep 2023) 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 (May 2024), is applicable to this solicitation
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2023) 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 2024) 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 (Oct 2022) (41 U.S.C. chapter 83).
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.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021),
- FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021),
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020), and
- NIH Invoice and Payment Provisions
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures 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.
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.
All responses must be received by September 27, 2024, at 5PM and must reference announcement / solicitation number NIA 24-009579-1. Responses must be submitted electronically to Gregory Noland at gregory.noland@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.