Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOLICITATION NOTICE

66 -- Automated platform for single-cell transcriptomic and epigenomic analysis and differentiated cell types

Notice Date
9/1/2020 10:25:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-NCATS-20004092-RFQ
 
Response Due
9/11/2020 9:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Thien Nguyen, Phone: 3018270914
 
E-Mail Address
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS � COMBINED SYNOPSIS / SOLICITATION COMPETITIVE � Title: Automated platform for single-cell transcriptomic and epigenomic analysis and differentiated cell types 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. The solicitation number is NIH-NCATS-20004092-RFQ 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; 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing. This requirement is total small business set aside � Purpose and Objectives: The Chromium Connect by 10X Genomics is a platform for automation of single-cell library construction workflows, such as 3' RNA sequencing, ATAC sequencing or DNA copy number variant analysis. These workflows offer insight into transcriptional and epigenetic landscapes on the single-cell level with unprecedented detail, however, they are extremely laborious. A single library preparation protocol for 1 to 8 samples for 3' RNA sequencing application can take a skilled researcher as many as 3 or more days. Automation of the protocols minimizes hands-on time and greatly increases sample throughput. Additionally, it leads to standardization of the procedures and virtually eliminates technical variation. Background: Single-cell sequencing is a novel method that allows to derive global transcriptomic profiles - information on the expression level and nature of the transcripts - from each individual cell analyzed. Previously, this was only possible from bulk populations of cells and thus only population-level averages were available. the term ""global"" refers to the fact that rather than picking a list of genes for targeted analysis, all of the detectable transcripts are quantified. These innovations allow for unprecedented detail in studying how genes contribute to disease or how their expression correlates with cellular phenotypes and processes such as differentiation. ��� The opioid crisis highlights the urgent need for novel non-addictive pain medications, as well as improved treatments for opioid addiction and overdose. There is a need for pharmacological agents directed at novel targets to test new therapeutic hypotheses, new clinic-ready drugs directed at those targets, and new testing systems with the potential to be more predictive of human clinical response than traditionally used models. Through the Helping to End Addiction Long-term (HEAL) Initiative, NCATS will focus on the development of human cell-based models of opioid misuse and addiction and of pain. The Stem Cell Translation Laboratory (SCTL) is a state-of-the-art research facility within NCATS� Division of Pre-Clinical Innovation is dedicated to addressing the scientific and technological challenges in the iPSC field. Specifically, the SCTL aims to develop a renewable supply of human cell-based models focusing on new patient-derived iPSC lines that give rise to specialized, functional nerve cells that are relevant for opioid misuse, addiction, and pain. ��� Single-cell sequencing methods have become widely used in every project that the SCTL has pursued to date. The SCTL has developed protocols for derivation of multiple major novel cell types from human pluripotent stem cells (embryonic or induced pluripotent stem cells), such as nociceptor cells, multiple subtypes of neurons, astrocytes, glial cells, or trophectodermal/trophoblast cells. In the past year, organoid cultures have been added to the list of routinely used techniques. At the same time, the SCTL is in the process of starting a number of collaborations with external expert research groups. These collaborations expand the in-vitro models by a number of novel cell types and methods. For all of these, single-cell sequencing applications are a cornerstone. For example, a method developed by the SCTL leads to differentiation of human pluripotent stem cells into nociceptors - pain-sensing peripheral neurons. Identifying the phenotype of the subpopulations of the cells is paramount for their application in research into nociception which directly advances the laboratory's contribution to addressing the opioid crisis. Project requirements: The Contractor shall provide (1) Chromium Connect Automated Controller and (1) Chromium Connect HEPA CAP Hood brand-name or equivalent to the following specifications: The automated platform for single-cell sequencing library preparation must include the following characteristics. The internal area of operation of the workstation (deck) must include the 10X Genomics Chromium Automated Controller which is a microfluidic device for encapsulating single cells and reagents required for library construction and sequencing into gelatinous microspheres (""partitioning"") as part of the workflow for multiple single-cell applications. The microfluidic chips in which this process is carried out must be introduced into and extracted out of the Controller automatically without user intervention. The device must have a precision liquid handling gantry. The deck area must include a thermal cycler for incubation of enzymatic reactions (reverse transcription, amplification, fragmentation, ligation and sample index PCR reaction), a magnetic plate (for magnetic bead-based DNA purification and fragment size selection and the carriers for reagents must be optimized to enable experiment tracking and to prevent reagent mix-ups, for example by incorporating a 2D barcode reader. The platform must be capable of automating at the minimum the 10X Genomics 3' RNA sequencing version 3.1 or other 10X Genimocs workflows while capable of accepting researcher-prepaped single cells as the input material for the first step of the workflow (GEM generation and barcoding). The platform must be capable of processing at least 8 samples in parallel and must allow for flexibility in the number of samples run (1 to 8 samples). It must reduce researcher hands-on time by 60-90% and it must produce sequencing libraries with characteristics similar to libraries prepared manually using the 10X Genomics kits. The platform must be operated using a dedicated computer with software specifically designed for 10X Genomics single-cell applications. The software must have an option to allow the user to pause the procedure at points that require quantitation and quality control of the intermediate products. An optional HEPA filtration extension must be available for the workstation which creates a clean, positive pressure environment. The platform's dimensions, weight specifications and electrical requirements must be identical or similar to the following, with 15% deviation possible: ������������� Weight 350 lb (158.8 kg) ������������� Instrument Dimensions with: ������������� Front Panel close (W�D�H): 42.2�[107.2 cm] � 27.9�[70.9 cm] � 35.22�[89.5 cm] ������������� Front Panel open: 42.2�[107.2 cm] � 27.9�[70.9 cm] � 49.8�[126.5 cm] ������������� Instrument Dimensions with Ergo Arm: Fully extended to the right (W�D�H): 71.0�[180.3 cm] � 27.9�[70.9 cm] � 35.22�[89.5 cm] ������������� Fully extended to the front: 51.2�[130.1 cm] � 48.5�[123.2 cm] � 49.8�[126.5 cm] ������������� Electrical Requirements ������������� System power supply: 15 Amp, 50/60 Hz, 100-240 VAC ������������� Thermal Cycler power supply: 14 Amp, 50/60 Hz, 100-240 VAC ������������� Operating Temperature 19-25�C (66-77�F) ������������� Power Cable Length 9 ft Standard ������������� HEPA Hood Specifications: ������������� Weight ������������� HEPA Filter: 19.0 lbs (8.6 kg) ������������� HEPA Hood: 41.0 lbs (18.6 kg) � HEPA Hood Dimensions (W�D�H): 17.4�[44.2 cm] � 40.26�[102.3 cm] � 10.18�[25.9 cm] ������������� Instrument with HEPA Hood: ������������� Dimensions (W�D�H): 42.2�[107.2 cm] � 27.9�[70.9 cm] � 45.31�[115.1 cm] ������������� Electrical Requirements: 2.5 Amp, 50/60 Hz, 100-230 VAC Anticipated Date of Delivery: 30 days after receipt of order. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision of FAR clause 52.211-6, Brand name or equal (AUG 1999) applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) 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. 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. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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 09/11/2020 by 12PMEST and reference number NIH-NCATS-20004092-RFQ. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3679e7f8275f4d998f5175080060fbdf/view)
 
Place of Performance
Address: Bethesda, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05782588-F 20200903/200901230143 (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.