SOURCES SOUGHT
66 -- Single Cell/Nucleus Encapsulation and Barcoding System
- Notice Date
- 4/19/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- SBSS-NIH-NIDA-18-4915504
- Archive Date
- 4/30/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING The related small business size standard for this NAICS code is 1,000 employees or fewer. Statement of Need and Purpose : The Spinal Circuits and Plasticity Unit of the National Institute of Neurological Disorders and Stroke (NINDS) at the National Institutes of Health requires its own dedicated Single Cell/Nucleus Encapsulation and Barcoding System for massively parallel single nucleus capture and transcriptional profiling. Related previous and continuing research being conducted by the Spinal Circuits and Plasticity Unit has utilized a 10X Genomics Chronium system in a separate building on the NIH campus. Due to the expansion of the Unit's research activity and limited availability of the exisiting 10X Genomics Chronimum system housed elsewhere on the NIH campus, a separate system is needed for the Spinal Circuits and Plasticity Unit. In order to maintain the integrity of the research data previously generated, the exact same equipment (10X Genomics Chronium system) must be utilized for the planned follow-on research projects. Background Information and Objective: The mission of the Spinal Circuits and Plasticity Unit is to reveal the molecular, cellular, and circuit basis of plasticity within the spinal cord. As part of that mission the Unit recently completed a study to sequence the RNA from hundreds to low thousands of spinal cord nuclei and use bio-informatic analysis of this data to classify each nucleus and identify the constituent populations of the spinal cord. The Unit now plans to apply this technology to study spinal cord injury and must use a highly reliable set-up for isolating several thousand of single nuclei per sample. The Unit has performed two experiments using the 10X Chromium system (borrowed from the NIDCD core facility) and obtained excellent quality data. To continue this work, the Unit needs to procure its own system (instrument and consummables for 20 samples) for massively parallel single nucleus transcriptional profiling. Generic Name of Product : Single Cell/Nucleus Encapsulation and Barcoding System BRAND NAME REQUIREMENT AND JUSTIFICATION Research to be perfomed by the Spinal Circuits and Plasticity Unit utilizing this equipment will be follow-on research to previous and on-going research projects which utilized a 10X Genomics, Inc. Chronimum system (housed in a separate building on the NIH campus in Bethesda, MD). In order to maintain the integrity of the research data generated, any follow-on research must use the identical equipment previously utilized for the earlier related research projects. For this reason, this procurement is limited to the Brand Name items in the Product Description below: Product Description: BRAND NAME REQUIREMENT 10X Genomics, Inc. ITEM 10X Genomics Inc.CATALOG # 1)Chromium i7 multiplex kit, 96 rxns 120262 2)Chromium Single Cell 3' Library and Gel Bead Kit v2, 4 rxns 120267 3)Chromium Single Cell 3' Library and Gel Bead Kit v2, 16 rxns 120237 4)Chromium Single Cell A Chip kit, 16 rxns 1000009 5)Chromium Single Cell A Chip kit, 48 rxns 120236 6)Chromium Single Cell Controller and Accessory Kit, 12 month warranty 120263 Salient characteristics: The system must have the following features: 1. compact benchtop footprint (smaller than 18'' wide and 18'' long) 2. ability to process 2000-10,000 nuclei per sample 3. ability to process at least 4 samples in a single run 4. validated protocols for use with nuclei (instead of cells) 5. ability to uniquely barcode each nucleus 6. one year warranty 7. integrated system including both instrument and consumables 8. technology or strategy to reduce ambient RNA levels not associated with individual nuclei Quantity: ITEMQuantity Chromium i7 multiplex kit, 96 rxns1 Chromium Single Cell 3' Library and Gel Bead Kit v2, 4 rxns1 Chromium Single Cell 3' Library and Gel Bead Kit v2, 16 rxns1 Chromium Single Cell A Chip kit, 16 rxns2 Chromium Single Cell A Chip kit, 48 rxns1 Chromium Single Cell Controller and Accessory Kit, 12 month warranty1 Please note that two (2) Chromium Single Cell A Chip kit, 16 rxns are required (P/N 1000009) Contract Type : A firm fixed price type contract is anticipated for this requirement. Delivery Date: 30 days after receipt of order Delivery Location: National Institutes of Health Porter Neuroscience Research Center Bldg. 35, Rm A2B-1002 35 Convent Drive Bethesda, MD 20892 Warranty: One year Capability Statement / Information Sought: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before April 25, 2018 at 5:00 PM EST. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4915504/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04894780-W 20180421/180419230451-501a44a30d748cf357d08e256f6215b8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |