Single Cell Multiome ATAC + Gene Expression Reagent Kits

expired opportunity(Expired)
From: Federal Government(Federal)
75N95022Q00390

Basic Details

started - 11 Aug, 2022 (20 months ago)

Start Date

11 Aug, 2022 (20 months ago)
due - 24 Aug, 2022 (20 months ago)

Due Date

24 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
75N95022Q00390

Identifier

75N95022Q00390
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26910)NATIONAL INSTITUTES OF HEALTH (10885)NATIONAL INSTITUTES OF HEALTH NIDA (3126)

Attachments (6)

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.

(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 75N95022Q00390 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 Multiome ATAC + Gene Expression Reagent Kits.(v)        This requirement is for the following item:The National Institute on Aging (NIA) requires 10X Genomics Chromium single cell 3’ RNA, ATAC and Multiome library preparation kits to measure single cell gene expression, single cell single cell status of accessible chromatin and the combination of both gene expression and chromatin accessibility form the same cells.(vi)       Salient characteristics:Vendor must be able to provide these specifications:Comprehensive and scalable solution for cell characterization and gene expression profiling. Can use hundreds to tens of thousands of single cells at one time.Cell-by-cell basis.Can identify and characterize rare cell types.Perform cellular phenotyping with single cell RNA-Seq.Evaluate mRNA and cell surface protein expression profiles within the same cell.Users can go from cell sample to sequencing library in less than 1-3 workdays.Product 1000120 – Chromium Next GEM Chip G Single Cell Kit, 48 rxns –  QTY 2Product 1000121 – Chromium Next GEM Single Cell 3' GEM,Library & Gel Bead Kit v3.1, 16 rxns – QTY 2Product 1000213 – Single Index Kit T Set A, 96 rxns - QTY 1Product 1000406 – Chromium Next GEM Single Cell ATAC Kit v2, 4 rxns – QTY 1Product 1000162 – Chromium Next GEM Chip H Single Cell Kit, 16 rxns – QTY 1Product 1000212 – Single Index Kit N Set A, 96 rxns – QTY 1Product 1000215 – Dual Index Kit TT Set A, 96 rxns – QTY 1Product 1000230 – Chromium Next GEM Chip J Single Cell Kit, 16 rxns – QTY 1Product 1000285 – Chromium Next GEM Single Cell Multiome ATAC + Gene Expression Reagent Bundle, 4 rxns – QTY 1All 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 IPPNIH 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; andc. 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 75N95022Q00390. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.govFax responses will not be accepted.

Baltimore ,
 MD  21224  USALocation

Place Of Performance : N/A

Country : United StatesState : Maryland

Classification

naicsCode 325413In-Vitro Diagnostic Substance Manufacturing
pscCode 6550In Vitro Diagnostic Substances, Reagents, Test Kits and Sets