SOLICITATION NOTICE
65 -- 10X GENOMICS VISIUM CYTASSIST REAGENT & CHROMIUM NEXT GEM KITS (AMBIS 2174507)
- Notice Date
- 5/18/2023 2:36:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-23-2174507
- Response Due
- 5/25/2023 8:00:00 AM
- Archive Date
- 06/09/2023
- Point of Contact
- RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2174507 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 March 16, 2023. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (Except Diagnostic) Manufacturing, with a size standard of 1250 employees. The requirement is being competed with a brand name restriction, and with a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Supplies: 1 Visium CytAssist for FFPE Spatial Gene Expression 11mm Kit, Human, 8 rxns 1000444 1 each 2 Chromium Next GEM Single Cell 5' Kit v2, 16 rxns 1000263 1 each 3 Chromium Next GEM Chip K Single Cell Kit, 16 rxns 1000287 1 each 4 Chromium Next GEM Single Cell 3' Kit v3.1, 4 rxns 1000269 1 each 5 Chromium Next GEM Chip G Single Cell Kit, 16 rxns 1000127 1 each 6 Dual Index Kit TT Set A, 96 rxn 1000215 1 each 7 Shipping and Handling 1 each The NIAID requires 10X Genomics Visium Spatial Gene Expression CytAssist kits to compare genetic changes between SARS-CoV-2-infected human brain tissue regions and non-infected human brain tissue regions.� Critically, the kits are uniquely capable of mapping the cell-by-cell genetic changes back to images of the tissue which include information about the location of cell types and the location of the virus.� It is also essential that the kits are compatible with the methods we used to preserve the brain tissues. Our Research specifically needs the CytAssist kits provided by 10X Genomics to eliminate variability that could be introduced by using kits from other vendors. Such variability could limit our ability to compare our data to other existing and future data sets produced by kits provided by 10X Genomics. Being able to compare data is critical for current and future interpretation of the data and resulting publications. Place of Performance: NIH, 10 Center Drive, Building 10, Room 5-3840W, Bethesda, MD 20892, United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. �The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR �2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than Thursday, May 25, 2023 @ 11:00 AM EST Offers may be e-mailed to Rita Davis (E-Mail/rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2174507). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Rita Davis @ rita.davis@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/99b43718dc104bc5a01b1efc4abf1915/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06687781-F 20230520/230519212000 (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 |