Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOLICITATION NOTICE

65 -- Single Cell Sequencing Reagent Kits

Notice Date
8/10/2022 2:54:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00379
 
Response Due
8/24/2022 8:00:00 AM
 
Archive Date
09/08/2022
 
Point of Contact
Hashim Dasti, Phone: 3014434577, Karen Mahon, Phone: 3014357479
 
E-Mail Address
hashim.dasti@nih.gov, Karen.Mahon@nih.gov
(hashim.dasti@nih.gov, Karen.Mahon@nih.gov)
 
Description
�(i)������� 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; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95022Q00379 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures;� and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date May 26, 2022. (iv)������ The associated NAICS code 325413 - In-Vitro Diagnostic Substance Manufacturing and the small business size standard is 1,250 employees.�� This requirement is Full and Open competition with no set-aside restrictions. This is a Brand Name or Equal requirement for 10x Genomics brand Single Cell Sequencing Reagent Kits. (v)������� This requirement is for the following item: Statement of Need and Purpose: Single Cell Sequencing is becoming more and more valuable as it has become routinely used in research to further elucidate the specific RNA present in a population of single cells. The presence of poly-A tailed RNAs can be amplified and sequenced providing valuable data regarding the presence of multiple RNA species within a single cell which can then be compared to the RNA species present within a population of hundreds to thousands of cells. The purpose of this work will be to understand the context and organization of senescent cells in the vasculature, employing single cell analysis of atherosclerotic mice and attempt to determine if these niches can be detected in human tissue. The National Institute on Aging (NIA) hopes to determine if senescent populations in human vascular disease and aging reflect the same or similar genotypic markers that can be used to identify senescent cell patterns or populations. Background Information and Objective: It has been hypothesized that senescent cells localize to specific locations within the aorta during aging and atherosclerosis. Further, the unique markers that identify senescent cell niches may be used to detect senescent cell accumulation in human vascular tissue. It is important to understand how this senescent cell population operates in the vascular to comprehend its role in aging. A proteomic approach to this question will be of significance in studying what proteins are involved in this complex mechanism. Primarily focusing on this analysis of atherosclerotic mice will allow us to then determine if these niches can be detected in human tissue. Specifically, NIA will use macro-dissected human aortic samples with sections clinically diagnosed as grossly normal (N) or grossly abnormal (P) from 5 young and 5 old patients. Using single cell sequencing to elucidate these cell characteristics within this population will help further elucidate these processes. Generic Name of Product: 3�Feature Barcode Kit, 16 rxns; Chromium Next GEM Chip G Single Cell Kit, 48 rxns, Chromium Next GEM Single Cell 3� Kit v3.1, 16 rxns; Single Index Kit N Set A, 96 rxns; Chromium Next GEM Chip J Single Cell Kit, 48 rxns; Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 16 rxns Purchase Description: (1) 3� Feature Barcode Kit, 16 rxns (1000262), Chromium Next GEM Chip G Single Cell Kit, 48 rxns (1000120), Chromium Next GEM Single Cell 3� Kit v3.1, 16 rxns (1000268), Single Index Kit N Set A (1000212), Chromium Next GEM Chip J Single Cell Kit, 48 rxns (1000234) Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 16 rxns (1000283); (3) 10X Genomics; (4) Product Codes 1000262, 1000120, 1000268, 1000212, 1000234, 1000283 (quantity 1 each) Quantity: Product Codes 1000262, 1000120, 1000268, 1000212, 1000234, 1000283 (quantity 1 each) (vi)������ Salient characteristics: The required reagents must be compatible with the 10X Genomics single cell sequencing system, with the ability to process RNA from live cells following the manufacturer�s protocol, with a minimum shelf life of 6 months if stored properly. The purpose of these reagents will be to create a library specific for each single cell which can then be amplified and sequenced. The reagents must be able to enter an individual cell, label the RNA with a unique identifier which will be specific for all the labeled RNA in that cell which will be distinguishable from every other cell which will also be labeled with their own unique identifier. These labeled RNAs must then be further amplified and converted to cDNA libraries which can then be fragmented and sequenced. The required reagents must be compatible with the 10X Genomics sequencing machinery allowing for formation of GEMS for each individual cell. The Chromium Next GEM Single Cell 3� Kit, v3.1, 16 rxns must have all the required components to perform gene expression single cell sequencing preparations for up to 16 samples. The kit must include RT Reagent B, RT Enzyme C, Template Sqitch Oligo, Reducing Agent B, Cleanup Buffer, cDNA Primers, Amp Mix. The components of the Library Construction Kit will include Fragmentation enzyme, Fragmentation Buffer, Ligation Buffer, DNA Ligase, Adaptor oligos, and Amp Mix. The kit must also include Single Cell 3� v3.1 Gel Beads. The Chromium Next GEM Chip G Single Cell Kit, 48 rxns must be compatible with the 10X system to correctly generate GEMs for up to 48 samples. All kits must have the components listed, with expiration dates within 1 year of purchase date. Delivery Date: Delivery date within 30 days upon completion of order. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be NIH Biomedical Research Center, 251 Bayview Blvd., Baltimore, MD 21224. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. �HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) The following are also attached, however only one will be incorporated in the final award: NIH Invoicing Instructions with IPP NIH Invoicing Instructions without IPP (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than price. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: 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: 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 proposing on an equal product 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 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. All quotations must be received by 11:00 A.M. Eastern, on August 24, 2022. and reference Solicitation Number 75N95022Q00379. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/efdd30e01a17481abac7383a088cfd61/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06421875-F 20220812/220810230123 (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.