Contact Points
The essential characteristic of the 10X Genomics Chromium System that limit the availability to a brand name requirement is the ability to collect single cells and mark them such the DNA and RNA isolated from these cells are tagged with a unique tag. This allows one to assess the differences in cell population isolated from a tissue or tumor and to identify cell heterogeneity. This brand is required because the system can isolate >10,000 cells in a single lane, and using 8 lanes available on the chip it can isolate up to 80,000 cells. The system is provided with software to analyze the resulting transcription profiles and score variants. Therefore, it is required that the brandname cell kits, compatible with this system, are purchased.
Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-05 published in the Federal Register on March 10, 2021.
Chromium system allows collection of single sells, mark each cells with an unique barcode and a second unique barcode for the genomic DNA or RNA allowing one to distinguish transcripts derived from each isolated cell and classify variants in DNA or assess the transcript content. Subsequent analyses allows researchers to distinguish the kinds of cells within a complex sample such as a tissue and understand their function.
Item Names and Quantity:
LI1 1000268 Qty. 1 Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns
LI2 1000215 Qty. 1 Dual Index Kit TT Set A 96 rxns
LI3 1000127 Qty. 1 Chromium Next GEM Chip G Single Cell Kit, 16 rxns
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include the following: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
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.
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 (Aug 2020)
2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
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.