Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
MODIFICATION

66 -- Single-Cell Analysis System

Notice Date
5/21/2021 12:22:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0061
 
Response Due
5/31/2021 3:00:00 PM
 
Archive Date
06/15/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0061 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6630. The Department of Agriculture (ARS) has the need for the following product: 001) Single-Cell Analysis System Scope of Work: � The UDSA-ARS Food Safety and Enteric Pathogens Research unit in Ames, IA is requesting quotes on a Single-Cell Analysis System that meets the technical requirements outline below. Background: Project requires the ability to partition individual eukaryotic cells or nuclei for subsequent RNA capture with unique molecular identifier (UMI) and cell-specific tag followed by cDNA synthesis. Need to recapture the contents of each well for subsequent processing before sequencing. Overall, process allows for single-cell or single-nuclei whole transcriptomic sequencing OR single-targeted RNA assays. Require a system that can partition individual cells or nuclei by gravity into individual wells of a plate for subsequent RNA capture and cDNA synthesis with reagents compatible for single cell/nuclei analysis. Some instruments/methods partition a cell/nuclei with reagents into an individual droplet, but it can be difficult to partition larger cells and droplet based systems limit the ability to assess the number of partitioned cells prior to making next step decisions (sequencing, which is expensive). Also, the ability to capture at least 20,000 cells is needed to get a good representation of different cell types from complex animal tissues. Thus, a partitioning system that is small, portable, and does not rely on droplet generation is desired for isolating single cells (from mix of complex cell types) or nuclei. The imaging of the partitioned cells is needed to make decisions on whether to proceed with next steps. In addition, the ability to develop targeted RNA assays (as opposed to always performing sequencing) is desired for targeted biological questions. In the future, a gravity-based system may be adapted to other uses, including bacteria capture and sequencing. Technical Requirements: Partitioning mechanism must rely on gravity and partitioning of cells into microwells in cartridge or other retrievable system (not droplets). Cell partitioning instrument must not have microfluidics channels. Must be able to partition up to 20,000 cells or nuclei per sample (more if multiplexing samples) with capture efficiencies > 0.75. System must provide metrics on number of cells partitioned prior to library preparation for sequencing. Partitioning component of system must be small and portable (no electronics) to take into a biosafety cabinet (< 15lb, fit in BSC (max of 20in x 20in x 20 in). Imager must fit foot print of no more than 25in wide, 30 in deep, and 35 in high. Must not require network access for partitioning and imaging steps. (5 points) System must be able to partition cells of different sizes and complexity in similar proportions evidenced through peer review publication or company technical note. Reagents must be compatible with library preparation kits for short-read sequencing (preferably Illumina based sequencing for consistence with previously acquired data). System must have ability to assess viability of cells prior to partitioning. System should have evidence of partitioning wide range of eukaryotic cell types, including neutrophils through publication or reviewed technical note. Reagents must be streamlined for oligo-labeled antibody technology (combining protein labeling an RNA sequencing) or multiplexing assays. Working protocols and compatibility with BD FACS Aria (already existing in research group) for enriching cell populations prior to partitioning is required. System quote must include installation. Brand Name or Equal: BD Rhapsody Scanner (Part #: 633701) and BD Rhapsody Express (Part #: 633701). Government Furnished: Access to USDA Building 20 Flow cytometry core lab (3rd floor) will be required for installation and training. Key Deliverables: Single-Cell Analysis System Single-Cell Scanner Single-Cell Partitioning Device (Microwell Gravity Partitioning Instrument and Microwell Imager) Delivery Instillation Training Evaluation Factors Technical requirements � Offered products must have all of the technical capabilities/features outlined in the ""Technical Requirements"" section of the solicitation with�documentation provided by the vendor as part of their quote testifying to the products ability to meet the technical requirement. Price � The lowest price product that meets the evaluation factor one (1) will receive the final award. Past Performance Must be able to deliver within 45 days of award and provide training no more than 30 days after delivery (i.e. within 75 days after award). Delivery:� Complete system to be delivered to USDA, ATTN: PO #, 1920 Dayton Avenue, Building 24, Ames, IA 50010 and installed within 45 days from date of award. Training to be provided no more than an additional 30 days after delivery (i.e. within 75 days of award). The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Ames, IA and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this request for quote. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to submitting a quote. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF-18. The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to�aaron.dimeo@usda.gov by no later than�Monday, May 31, 2021 at 5:00 p.m. CST. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�4:00 PM CST on Wednesday, May 26, 2020. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0426e26454f943f49d072fdd0011b45f/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06009583-F 20210523/210521230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.