SOURCES SOUGHT
66 -- Transcriptome Analysis of Pluripotent Stem Cell Differentiation Process at the Single-Cell Level
- Notice Date
- 2/28/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHSN-NIH-NIDA-SS-18-097
- Archive Date
- 3/17/2018
- Point of Contact
- Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
- E-Mail Address
-
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHSN-NIH-NIDA-SS-18-097 2. Title: Transcriptome Analysis of Pluripotent Stem Cell Differentiation Process at the Single-Cell Level 3. Classification Code: 66 - Instruments and Laboratory Equipment 4. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Stem Cell Translation Laboratory (SCTL) is a state-of-the-art research facility within NCATS' Division of Pre-Clinical Innovation dedicated to addressing the scientific and technological challenges in the iPSC field. SCTL aims to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Ongoing research projects in SCTL focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. To achieve these aims, high throughput screening is employed to identify mechanisms/small molecules that aid in single cell cloning of stem cells. In addition, detailed high-resolution analysis of intermediate cell types during conversion of stem cells to differentiated cell types is being carried out to better understand regulators of directed differentiation. These projects will facilitate stem cell based drug discovery and disease modeling in addition to meeting project milestones. Purpose and Objectives: The SCTL requires the acquisition of the "Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns" and "Chromium TM Single Cell A Chip Kit, 48 rxns" for the consistency and continuity of ongoing stem cell research protocols and projects. The reagent kits (Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns) provide high throughput reagent delivery using the chip kits (Chromium TM Single Cell A Chip Kit, 48 rxns), which are microfluidic chips. The 8-sample cartridge is loaded with the gel beads, a 3' counting reagent, a cell suspension, and an oil-surfactant solution. Reagents and cells are combined at a microfluidic junction where gel bead-containing emulsions (GEMs) are generated. GEMs are created in such a way that single cells are partitioned and >90% of reactions contain a unique cell-linked molecular barcode. The simple workflow creates up to 100,000 GEMs per channel in a 7-minute instrument run time. The Chromium multiplex kit reagents are added in the amplification step of library construction for the product generated by the 10X Genomics Chromium Single Cell Controller and Chromium reagent kits. Ongoing projects on defining stem cell differentiation process in heterogeneous population require the examination of transcriptional profiling at single cell level. The Chromium reagent kits, chip kits, and multiplex kits are designed specifically for use with a current equipment "10X Genomics Chromium Single Cell Controller" based on the droplet-based reagent delivery method that uses a microfluidic chip to provide high-throughput single cell preparation and 65% cell capture efficiency. In addition, the sequencing libraries constructed from these kits are compatible with the Illumina NextSeq500 Sequencer, another instrument that is owned by SCTL. Project requirements: Generic Name of Product: 1. Reagent kits 2. Chip kits 3. Multiplex kits Purchase Description: 1. Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns (Product # 120237) 2. Chromium TM Single Cell A Chip Kit, 48 rxns (Product # 120236) 3. Chromium TM i7 Multiplex Kit, 96 rxns (Product # 120262) Salient Characteristics: 1. Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns: • Generates single cell information from tens of thousands of transcripts per cell • Upgrades existing short read sequencers to generate cell by cell 3' mRNA counts for thousands of cells per run. • Produces up to 100K individual nanoliter reactions coupled with ~750,000 unique molecular barcodes • Allows detection of differential gene expression between individual cells. • Provides stand alone and turn-key analysis pipelines and visualization software; open source data analysis tools for rapid processing of Illumina sequencing data • Enables single cell 3' counting of mRNA at 100X reduction in price compared to commonly used single cell platforms • Prepares up to 80,000 cells for single cell library preparation in 7 minutes • Requires low capital outlay • Recovers up to ~65% of cells (typically 50%) • Low doublet rate (~0.9% per 1,000 cells) • Compatible with 10X Genomics Chromium Single Cell Controller • Compatible with Illumina HiSeq4000, NextSeq, and MiSeq sequencers 2. Chromium TM Single Cell A Chip Kit, 48 rxns: • 6 chips, 48 reactions • Loaded with the Gel Beads, 1ng of high molecular weight DNA, and an oilsurfactant solution • Compatible with 10X Genomics Chromium Single Cell Controller 3. Chromium TM i7 Multiplex Kit, 96 rxns • Contains ready-to-use balanced oligonucleotide mix in each well • Compatible with 10X Genomics Chromium Single Cell Controller • Compatible with Illumina HiSeq4000, NextSeq, and MiSeq sequencers Quantity: Seven (7) x Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns Three (3) x Chromium TM Single Cell A Chip Kit, 48 rxns Two (2) x Chromium TM i7 Multiplex Kit, 96 rxns Anticipated period of performance: We require that the vendor provide these items in two (2) shipments per the following instructions: Shipment #1: Three (3) x Chromium TM Single Cell A Chip Kit, 48 rxns, four (4) x Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns, and two (2) x Chromium TM i7 Multiplex Kit, 96 rxns. Shipment #1 must be delivered within 2 weeks of initial receipt of order by the vendor. Shipment #2: The remaining three (3) x Chromium TM Single Cell 3' Library & Gel Bead Kit v2, 16 rxns. Shipment #2 must be delivered 4 weeks after Shipment #1 is sent by the vendor. Capability statement /information sought: Contractors that believe they possess the ability to provide the required maintenance support services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Responses shall include a capabilities statement and the following information: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to two (2) page limit. The 2-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. The response must be submittred to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. The response must be received on or before March 2, 2018, 4 PM, Eastern Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/46b12f0244ec52bf316f3976f402f997)
- Place of Performance
- Address: 9800 Medical Center Drive, Bldg. B, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04837549-W 20180302/180228231051-46b12f0244ec52bf316f3976f402f997 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |