Maryland Bids > Bid Detail

10X GENOMICS REAGENTS (AMBIS 2175700)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159432083760705
Posted Date: Jun 1, 2023
Due Date: Jun 9, 2023
Solicitation No: RFQ-NIAID-23-2175700
Source: https://sam.gov/opp/32f07671c8...
Follow
10X GENOMICS REAGENTS (AMBIS 2175700)
Active
Contract Opportunity
Notice ID
RFQ-NIAID-23-2175700
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 01, 2023 12:25 pm EDT
  • Original Date Offers Due: Jun 09, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325414 - Biological Product (except Diagnostic) Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
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-23-2175700 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), Vaccine Research Center (VRC), was established to facilitate research in vaccine development. The VRC is dedicated to improving global human health through the rigorous pursuit of effective vaccines for human diseases. Vaccine discovery and development requires intimate knowledge of the immune responses elicited by experimental immunization during clinical evaluation.





Within the VRC, the Vaccine Immunology Program (VIP) focuses on vaccine discovery and development that requires intimate knowledge of the immune responses elicited by experimental immunization during clinical evaluation. The VIP has assembled functional groups that engage in basic and translational B cell immunobiology research (including high throughput automated immunoglobulin and transcriptome analyses) in addition to standardized end-point analyses for clinical trials. The goal was to bring these functional groups under a single program in order to facilitate the coordinated development and deployment of state-of-the-art technologies and analyses, which can be utilized effectively for vaccine discovery, early development and testing of clinical products.





Project Description:



The VIP has assembled functional groups that engage in basic and translational B cell immunobiology research (including high throughput automated immunoglobulin and transcriptome analyses) in addition to standardized end-point analyses for clinical trials. The goal was to bring these functional groups under a single program to facilitate the coordinated development and deployment of state-of-the-art technologies and analyses, which can be utilized effectively for vaccine discovery, early development and testing of clinical products. In recent years, the VIP-research group has focused upon in-depth analyses of VRC COVID vaccine trials, specifically the complex immunobiology characterizing the B cells recognizing COVID. Sequencing using 10X single cell RNA BRC sequencing for COVID is essential for scientific advancement in this area of study.





Description of need:



#



Description



Catalog



Qty



1



Chromium Next GEM Chip K Single Cell Kit, 48 rxns



1000286



3 each



2



Chromium Next GEM Single Cell 5' Kit v2, 16 rxns



1000263



3 each



3



Library Construction Kit, 16 rxns



1000190



3 each



4



5' Feature Barcode Kit, 16 rxns



1000541



3 each



5



Chromium Single Cell Human BCR Amplification Kit, 16 rxns



1000253



3 each



6



Dual Index Kit TT Set A 96 rxns



1000215



1 each



7



Dual Index Kit TN Set A, 96 rxn



1000250



1 each



8



SHIPPING & HANDLING





1 each





II. Delivery Date: rush order, immediate delivery before June 9, 2023





Place of Performance: NIH, Vaccine Research Center (VRC), Vaccine Immunology Program (VIP), 40 Convent Drive, 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 (NOV 2021)





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 Friday, June 9, 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-23-2175700). 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.






Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 01, 2023 12:25 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >