Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2021 SAM #7194
SOLICITATION NOTICE

66 -- 10X Genomics CHROMIUM CONTROLLER & NEXT GEM KITS, DUAL INDEX KIT

Notice Date
8/10/2021 3:55:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
PGI2081690
 
Response Due
8/19/2021 11:00:00 AM
 
Archive Date
09/03/2021
 
Point of Contact
Pamela Ingalls, Phone: 406-802-6372, Laura Grey, Phone: 4063759812
 
E-Mail Address
pamela.ingalls@nih.gov, laura.grey@nih.gov
(pamela.ingalls@nih.gov, laura.grey@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 STATEMENT OF NEED: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2081690 and the solicitation is issued as a Request for Quote (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 July 12, 2021. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (Except Diagnostic) Manufacturing, with a small business size standard of 1,250 employees. The requirement is being competed full and open, with a brand name restriction, and with a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following items: 1 - Chromium Next GEM Single Cell 3' Kit v3.1, 16 rxns; Catalog #1000268, Quantity of 2 2 - Dual Index Kit TT Set A 96 rxns; Catalog #1000215, Quantity of 1 3 - Chromium Next GEM Chip G Single Cell Kit, 48 rxns; Catalog #1000120, Quantity of 2 4 - Chromium Controller & Next GEM Accessory Kit with a 12 Mo. Warranty; Catalog #1000202, Quantity of 1 The NIAID�s Rocky Mountain Lab (RML) requires the use of the 10x Genomics brand Chromium Controller as it is a microfluidics device that can partition large number of B cells for individual barcoding in minutes. This device and kits will be used as a pathway to analyze large numbers of paired heavy and light chain sequences for antibodies against pathogens. This would increase the throughput of our work to identify potent human monoclonal antibodies against pathogens that cause malaria, and other diseases. This device and kits have been used in National Institutes of Health (NIH) research for many years and changing the brand would cause variations in research results. These testing results are used as tools to guide pathogen blocking vaccine design and for the potential to prevent or treat infection by the tick-borne pathogens. The Chromium kits and reagents are specific to the 10x Genomics Chromium Controller; no other kits/reagents are compatible with this instrument and attempting to run third party reagents would not be supported by the instrument manufacturer. The 10x Chromium controller system requires proprietary reagents and consumables that can only be provided by the 10X Genomics brand. Delivery Location: NIH-RML, 903 South 4th Street, Hamilton, MT 59840, United States. FOB: Destination; Please be sure to include on the quotation: an estimated date of delivery for the items, and all applicable shipping/handling charges must be included in the quotation. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the lowest priced technically acceptable (LPTA). Technical capability will be based on quoting all brand-named items requested on the specification sheet and delivery. The award evaluation will be based on a review of all brand name specifications as described above, price and delivery. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (July 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2020) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation attached to this solicitation - see attachment 52.204-26 (OfFerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (July 2021) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2020)�*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: Acquisition.GOV | www.acquisition.gov By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by email or telephone. Submission shall be received not later than August 19, 2021 @ 2:00 EST. Offers may be e-mailed to Pamela Ingalls (E-Mail/ pamela.ingalls@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2081690). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e- mail to Pamela Ingalls, at pamela.ingalls@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/974528ca9ddf4830bb7cd200eb831219/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06092276-F 20210812/210811201713 (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.