Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2022 SAM #7495
MODIFICATION

66 -- Chromium Consumables

Notice Date
6/6/2022 11:28:06 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
75N95022Q00179
 
Response Due
6/10/2022 7:00:00 AM
 
Archive Date
06/25/2022
 
Point of Contact
fred Ettehadieh
 
E-Mail Address
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
 
Description
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 75N95022Q00179 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-Simplified 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 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for the following items: Chromium Consumables. (vi)������ A Chromium system enables researchers in the Laboratory of Genomics and Genetics, National Institute on Aging (LGG/NIA)�to capture between 10,000 to 80,000 single cells, mark them with a bar-code and a second unique molecular code that can be tagged to genomic DNA, or RNA.� Following downstream procedures to isolate DNA or RNA and sequencing, these unique codes are read, deconvoluted and stratified to learn the nature of transcripts or status of DNA within each captured single cell.� This procedure is highly valuable to distinguish the cellular complexity of a tissue based on the nature of transcription profile, identify DNA status in individual cells in terms of its DNA accessibility for transcription, nature of insertions and deletions. There is a wide interest in the field to understand the composition of solid and hematopoietic tissues and define the nature of resident stem cells and their fate during aging. The method helps to distinguish cell types with different functions, which can then be marked with specific antibodies and followed during development, differentiation and aging.� This method will allow NIA to approach these goals with high efficiency. The essential characteristics of the 10X Genomics Chromium System that limit the availability to a sole source are ability to collect single cells mark them such the DNA and RNA isolated from these cells are tagged with a unique tag and allows one to assess the differences in cell population isolated from a tissue or tumor and identify cell heterogeneity. This system 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.�This is a full and open competitive 10X Genomics Brand Name or Equal acquisition.� (vii)����� Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed. Project requirements: The contractor shall provide the following: Product Code: 1000256 - 5' Feature Barcode Kit, 16 rxns Product Code: 1000190 - Library Construction Kit, 16 rxns Product Code: 1000263 - Chromium Next GEM Single Cell 5' Kit v2, 16 rxns Product Code: 1000286 - Chromium Next GEM Chip K Single Cell Kit, 48 rxns (viii)���� The Government anticipates award of a firm fixed-price purchase order for this acquisition.� The anticipated delivery is 4-6 weeks after receipt of Oder (ARO).� Delivery will be f.o.b. destination. The place of delivery is Baltimore, Maryland. (ix)�� 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) 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. FAR 52.216-18, Ordering (Aug 2020) FAR 52.216-19, Order Limitations (Oct 1995) 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 quote. 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 (Jan 2022) The following invoice instructions are attached, however only one will be included in the final order: Invoicing Instructions With IPP 4-21-22 Invoicing Instructions Without IPP 4-21-22 (x)������� The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), 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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than price. (b) 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. (xi)������ 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. (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 Unique Entity ID from SAM.gov, 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 from responsible sources must be submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at fred.ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Solicitation number 75N95022Q00179. �Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79fbba37db6e4fde8ce0dd6a6e939926/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN06348187-F 20220608/220606230059 (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.