Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOLICITATION NOTICE

65 -- GEM-X Universal 5' Gene Expression v3, 4 samples

Notice Date
9/16/2025 2:32:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94025Q00247
 
Response Due
9/22/2025 2:00:00 PM
 
Archive Date
09/23/2025
 
Point of Contact
ROBINSON, TINA, Phone: 13014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00247 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06. The North American Industry Classification (NAICS) Code is 325414 and the business size standard is 1250e. However, this solicitation is not set aside for total small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is seeking a vendor who can provide the following new 10X Genomics products: 1. Product# 1000695 - GEM-X Universal 5' Gene Expression v3, 4 samples � Qty (7) EA 2. Product# 1000698 - Chromium GEM-X Single Cell 5' Chip Kit v3, 4 chips � Qty (4) EA These reagents allow for the determination of the genes expressed by specific single cells. This allows knowledge of the cell expressing the genes compared to all of the other cells in the sample. This requires that the lab use the single cell RNA sequencing kit from 10X Genomics because their kit is currently being utilized in completing this study. These reagents are proprietary and can only be used with the existing platform that has been in use for the past 2 years. The existing hardware equipment can only use the reagents from 10X Genomics because only their reagents are compatible. Furthermore, it would be difficult to compare the results from the first part of the study with the second part without using the same vendor/products. Not purchasing the reagents from 10x Genomics would cause years of study data to become obsolete thus setting back research progress and creating additional time and cost to bring research back to its current state. Delivery Address: National Institutes of Health 9000 Rockville Pike Bethesda, MD 20892 This will be a Firm Fixed Price Purchase Order. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items - The Government will award a procurement resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, based on lowest price and technically acceptable and delivery. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) � Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties� bona-fide capabilities of providing all services and or products needed as per this solicitation. Responses must be accompanied by descriptive literature, warranties, delivery timeframe and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on September 22, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference �Solicitation number 75N94025Q00247. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00247 in the subject line of email. Note: In order to receive an award, contractors must maintain an active SAM registration for all awards throughout the entire contract/order lifecycle, from offer submission to final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award. Note: �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5896900d597e45d8a908578e45930e86/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07593211-F 20250918/250916230047 (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.