10X Genomics Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 4 rxns

expired opportunity(Expired)
From: Federal Government(Federal)
75N95022Q00083

Basic Details

started - 11 Jan, 2022 (about 2 years ago)

Start Date

11 Jan, 2022 (about 2 years ago)
due - 18 Jan, 2022 (about 2 years ago)

Due Date

18 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
75N95022Q00083

Identifier

75N95022Q00083
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27008)NATIONAL INSTITUTES OF HEALTH (10912)NATIONAL INSTITUTES OF HEALTH NIDA (3133)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS / SOLICITATIONTitle:  10X Genomics Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 4 rxns (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 75N95022Q00083 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 2022-03, with an effective date of 01-01-2022.(iv)       The associated NAICS code 334516 the small business size standard is 1,000.   This requirement is a small business set-aside.(v)        This requirement is for the following brand-name items:           Manufacturer: 10x Genomics, Inc.Item Number: 1Manufacturer Part Number: 1000285Quantity: 3Unit:  eachDescription: Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 4 rxnsItem Number: 2Manufacturer Part Number: 1000234Quantity: 1Unit:  eachDescription: Chromium Next GEM Chip J Single Cell Kit, 48 rxnsItem Number: 3Manufacturer Part Number: 1000212Quantity: 1Unit:  eachDescription: Single Index Kit N Set A, 96 rxnsItem Number: 4Manufacturer Part Number: 1000215Quantity: 1Unit:  eachDescription: Dual Index Kit TT Set A, 96 rxnsItem Number: 5Description: Shipping and Handling charges to Bethesda, Maryland 20892(vi)       Generic name of product: Chromium cell kits; Purchase Description: Chromium cell kits and accompanying reagents are needed to perform gene expression analysis; Performance/functional specifications of product: Vendor must be able to provide these specifications:Delivers paired full-length T-cell receptor alpha and beta chain sequences at the single cell level using universal and unbiased amplification strategies, thus avoiding amplification and detection bias associated with complex multiplex PCR while revealing deeper biological complexity of antigen specificity on a per-cell basis than single-chain (e.g. TCRβ) methods. The incorporation of a unique molecular identifier (UMI) in the template switch oligo enables transcript quantification and further reduces systematic bias by controlling for non-biological SNVs or other variants introduced by PCR and sequencing error. Enables the detection of germline and somatic variation across full-length antigen receptor V(D)J gene sequences. Identifies both productive and non-productive recombination events as well asadaptive immune cells with more than one productive T-cell receptor alpha or betachain. Maps transcription start sites. (vii)      The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 4 weeks of receipt of order. Delivery will be f.o.b. destination. The place of delivery and acceptance will be NIH-National Institute on Aging, Laboratory of Neurogenetics, 35 Convent Drive, Bethesda, MD 20892.(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 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 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 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021)HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)The following provisions and clauses apply to this acquisition and are attached in full text:FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022)Invoice and Payment Provisions (revised: February 10, 2021)(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 quotation 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; andc. Past performance [see FAR 13.106-2(b)(3)].Technical and past performance, when combined, are significantly more important than cost or price.A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x)        The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.(xi)       There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.(xii)      The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xiii)     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.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 10:00 a.m., Eastern Time, on Tuesday, January 18, 2022, and reference Solicitation Number 75N95022Q00083. Responses must be submitted electronically to Renee Dougherty, Contracting Officer, at dougherr@nih.gov.Fax responses will not be accepted.(xiv)     The name and telephone number of the individual to contact for information regarding the solicitation: Renee Dougherty, Contracting Officer, 301-827-8453, dougherr@nih.gov

Bethesda ,
 MD  20892  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

You may also like

CHROMIUM NEXT GEM SINGLE CELL 3' GEM, LIBRARY&GEL BEAD KIT V3.1 SYSTEM (10X GENOMICS)

Due: 11 Mar, 2026 (in 22 months)Agency: NATIONAL INSTITUTES OF HEALTH

CHROMIUM NEXT GEM SINGLE CELL 3' KIT V3.1, 16 RXNS

Due: 20 Nov, 2024 (in 6 months)Agency: NATIONAL INSTITUTES OF HEALTH

01-CHROMIUM NEXT GEM SINGLE CELL 3' KIT V3.1, 16 RXNS

Due: 06 Mar, 2025 (in 10 months)Agency: NATIONAL INSTITUTES OF HEALTH

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies