SOURCES SOUGHT
66 -- Sources Sought - 10X Genomics Chromium GEM-X Single Cell Kit Brand Name or Equal
- Notice Date
- 6/28/2024 3:02:17 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0689
- Response Due
- 7/5/2024 3:00:00 PM
- Archive Date
- 07/20/2024
- Point of Contact
- Peter Park, Contracting Officer
- E-Mail Address
-
Peter.Park2@va.gov
(Peter.Park2@va.gov)
- Awardee
- null
- Description
- Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Product Code Product Description Quantity 1000691 Chromium GEM-X Single Cell 3' Kit v4, 16 rxns 3 1000690 Chromium GEM-X Single Cell 3' Chip Kit v4, 4 chips 2 1000215 Dual Index Kit TT Set A 96 rxns 1 1000328 Chromium iX & Accessory Kit, 12 Mo. Warranty 1 Manufacturer: 10X Genomics, Inc. Required Salient Characteristics: The instrument must be able to robotically perform the partitioning tasks, thus requiring minimal hands-on time by the user. The partitioned cells of must be a user selectable feature, typically achieved by purchase of cell-specific reagent kits. The partitioned cells must be compatible with the downstream application, Illumina NextSeq. The instrument must be under the price of $40,000. The instrument must be compatible to use GEMx and NextGem partitioning technologies. The instrument must be upgradeable to higher throughput capacity. The instrument should be compatible with the following technologies: Chromium GEM-X Single Cell Gene Expression Chromium GEM-X Single Cell Immune Profiling Chromium Next GEM Single Cell Gene Expression Flex Chromium Next GEM Single Cell ATAC Chromium Next GEM Single Cell ATAC + Gene Expression Chromium Next GEM Single Cell Gene Expression Chromium Next GEM Single Cell Immune Profiling The instrument should be to handle the follow input materials: Cells from any species Nuclei Find samples (cells or nuclei) The instrument should be able to generate single cell transcripts counts from up to 160,000 cells per run, produce >180,000 individual nanoliter-scale partitions leveraging ~3.6 million unique barcordes The instrument should capture cells at a high efficiency up to 80% with a low doublet rate of 0.4% per 1,000 cells The instrument should be capable of measuring addition phenotypes including cell surface protein expression. Assess the whole transcriptome with an unbiased approach Have microfluidic technology that is compatible with a wide range of eukaryotic cell cells and types (e.g. adherent cells, suspension cells, tissues, blood, etc.). Have turn-key analysis pipelines and visualization software for novice and expert users. Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334516 Laboratory Analytical Instruments Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds EACH of the salient characteristics required by the Government. Government will not perform further research if the information provided is unclear whether it meets any required salient characteristic. 7) Please identify the country of origin for all items. If it is a foreign end product, fill out the following: Item Country of origin The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Shipping Address: Boise VA Medical Center 500 W Fort St Boise, ID 83702 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 07/05/2024 by 3:00pm Pacific Time
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d841f2a497d4488aa33c5b26112270ac/view)
- Place of Performance
- Address: Boise VA Medical Center 500 W Fort St, Boise 83702
- Zip Code: 83702
- Zip Code: 83702
- Record
- SN07112805-F 20240630/240628230127 (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 |