NIA21-011222

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

Contact Points

Primary Contract Specialist

Edith
Allums
edith.allums@nih.gov

Secondary Contracting Officer

Jacqueline
Newman
jacqueline.newman@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000
FPDS Classification Code
6550
Estimated Period of Performance
N/A
Delivery of Goods
30 DAYS ARO
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Brand Name Only
Single-Sole Source Determination
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.

This requirement is for Chromium Next GEM cell kits. While Chromium Next GEM is proprietary to 10x Genomics it may be distributed through authorized resellers.

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.
Background/Description of Requirement

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 2021-06 published in the Federal Register on July 12, 2021.

Chromium system allows collection of single sells, mark each cells with an unique bar -code 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.

Items and Quantities:

1. 1000265 -  Chromium Next GEM Single Cell 5' Kit v2, 4 rxns, Quantity 2

2. 1000286 -  Chromium Next GEM Chip K Single Cell Kit, 48 rxns, Quantity 1

3. 1000255 -  Chromium Single Cell Mouse BCR Amplification Kit, 16 rxns, Quantity 1

4. 1000190 -  Library Construction Kit, 16 rxns, Quantity 1

5. 1000215 Dual Index Kit TT Set A 96 rxns, Quantity 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.

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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. DUNS No:

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:

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.