SOLICITATION NOTICE
66 -- Brand Name Only 10X Genomics Single Cell Library and Gel Bid Kits
- Notice Date
- 11/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- 75N95019Q00008
- Archive Date
- 11/27/2018
- Point of Contact
- Jon J Gottschalk, Phone: 3014439456
- E-Mail Address
-
jon.gottschalk@nih.gov
(jon.gottschalk@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Brand Name Only 10X Genomics Single Cell Library and Gel Bid Kits (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 75N95019Q00008 and the solicitation is issued as a Request for Quotation. 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Contracts Management Branch Blue on behalf of the National Institute on Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to 10X Genomics 7068 Koll Center Parkway Ste 401, Pleasonton, CA 94566 for Chromimum Single Cell Controller and Accessory kit and other items. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-Only One Source. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is the ability to collect single cells mark them such the DNA and RNA isolated from these cells are tagged with an unique tag and allows one to assess the differences in cell population isolated from a tissue or tumor and identify cell heterogenieity. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this sytem can isolate >10,000 cells in a single lane and using 8 lanes available on the chip it can isolate up to 80,000 cells. The system is provided with software to analyze the resulting transcription profiles and score variants. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv)The associated NAICS code 334516 and the small business size standard 1,250 employees. This requirement is set-aside for small businesses under the NAICS code. (v)The Items required are: Product Code 1000009 Chromium Single Cell A Chip Kit, 16 Rxns Qty 1 Product Code 120267 Chromium Single Cell 3' Library and Gel Bead Kit, 4 rxns Qty 1 Product Code 120263 Chromium Single Cell Controller & Accessory Kit, 12 mo. Warranty Qty 1 Product Code 12062 Chromium i7 Multiplex Kit, 96 rnxs Qty 1 (vi)Chromium system allows collection of single sells, mark each cells with an unique bar-code and a second unique barcode for the genomic DNA or RNA allowing one to distinguish transcripts derived from each isolated cell and classify variants in DNA or assess the transcript content. Subsequent analyses allows us to distinguish the kinds of cells within a complex sample such as a tissue and understand their function. (vii)Delivery 30-45 days ARO (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest-Price Technically Acceptable. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)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 that believe that they are manufacturers or authorized resellers 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. In addition 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 responses must be received by 4:00 PM on November 12, 2018 and reference number 75N95019Q00008. Responses may be submitted electronically to Jon Gottschalk, jon.gottschalk@nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation. Jon Gottschalk, jon.gottschalk@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/75N95019Q00008/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05142363-W 20181104/181102230549-8051a7e10313c9f12beba74ae673d9b6 (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 |