Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOLICITATION NOTICE

66 -- Brand Name or Equal Chromium Controller & Next GEM Accessory Kit (COVID-19 procurement)

Notice Date
12/18/2020 1:35:46 PM
 
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
75N95021Q00036
 
Response Due
12/23/2020 8:00:00 AM
 
Archive Date
01/07/2021
 
Point of Contact
Renato Gomes, Phone: 3014512596
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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 75N95021Q00036 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-02 dated November 23, 2020 (iv)������ The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is set aside for small business. (v)������� Supplies or Services and Prices The National Center for Advancing Translational Sciences (NCATS) has a requirement for a brand name or equal Chromium Controller & Next GEM Accessory Kit will provide the program an extensive opportunity to characterize single cell response in a 3D lung model to SARS-CoV2 and other high impact respiratory viruses. Lung is one of the first organs where respiratory viral infection occurs, and severe diseases have been reported to occur in lung parenchyma. Thus, physiologically relevant in vitro lung models are highly demanded to help finding treatments and studying host responses to virus infections and drug treatments. The NCATS has established protocols for barrier tissue models with vascularization using 3D bioprinting of required cellular components in a transwell format. Price Schedule Description: Chromium Controller & Next GEM Accessory Kit, 12 Mo. Warranty or equal Catalog #:1000202 Quantity: One (1) Manufacturer: 10x Genomics, Inc. Shipping and Handling, if applicable (vi)������ Generic name of product: Chromium Controller & Next GEM Accessory Kit. Salient Characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Must be suitable for generating single cell RNA-Seq libraries from organoids for characterizing cell-based virus response and establishing organoids as a robust model. Primer must enable the production of barcoded, full-length cDNA from poly-adenylated mRNA. Must include primer sequences (Capture Sequence 1 and Capture Sequence 2) that enable capture and priming of Feature Barcoding technology compatible targets or analytes of interest. (vii)����� Contract Type and Period of Performance or Delivery: It is the Government�s intent to �issue a firm-fixed price purchase order. Delivery is expected within 8 weeks after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance shall be: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 (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 (Jul 2016) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) 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 (Jul 2016) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. 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 (Nov 2020) NIH Invoice and Payment Provisions (2/2014) (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a)������� The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable.� Technical acceptability will be evaluated based upon the following: 1.�������� The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation. 2.�������� Or Equal equipment must meet or exceed each salient characteristic in the table below. Brand Name or Equal Chromium Controller & Next GEM Accessory Kit. The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Salient characteristics Must be suitable for generating single cell RNA-Seq libraries from organoids for characterizing cell-based virus response and establishing organoids as a robust model. (Yes/No - Comment Reference) Primer must enable the production of barcoded, full-length cDNA from poly-adenylated mRNA.�(Yes/No - Comment Reference) Must include primer sequences (Capture Sequence 1 and Capture Sequence 2) that enable capture and priming of Feature Barcoding technology compatible targets or analytes of interest.�(Yes/No - Comment Reference) To be considered technically acceptable; 1.�������� For all submissions, respondents must complete the table above and provide brochures and/or published technical specifications that provide evidence of meeting the specifications in the table. (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. (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. Offerors must complete and return the FAR representation 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020), attached (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-4 Addendum � Supplier License Agreements, attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (2/2014), attached NIH electronic invoice instructions, attached (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. The following Defense Production Act (DPA) and Health Resources Priorities and Allocations System (HRPAS) Contract Language shall be included in the resultant COVID-19 Purchase Order award in accordance with HHS ACQUISITION ALERT 2020-10 (March 30, 2020): �HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A �Health Resources Priorities and Allocations System.� (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 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.� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 11:00 a.m., Eastern Time, on December 23, 2020, and reference Solicitation Number 75N95021Q00036. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov, tel. (301) 451-2596 (xvi)���� Attachments: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.212-4 Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items NIH Invoice and Payment Instructions NIH Electronic Invoice Submission Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d1cbe872d9f4943bf5f1e783a3f3119/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05877948-F 20201220/201218230114 (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.