Maryland Bids > Bid Detail

Chromium Next reagent kits from 10x Genomics

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159841833497439
Posted Date: Dec 20, 2022
Due Date: Dec 29, 2022
Solicitation No: RFQ-NIAID-2151967
Source: https://sam.gov/opp/c3334f43fe...
Follow
Chromium Next reagent kits from 10x Genomics
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2151967
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 19, 2022 07:06 pm EST
  • Original Date Offers Due: Dec 29, 2022 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6505 - DRUGS AND BIOLOGICALS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance 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-2151967 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) 2022-08, 10/28/2022. The North American Industry Classification System (NAICS) code for this procurement is 325413 – In Vitro Diagnostic Substance Manufacturing with a size standard of 1250 employees. This requirement is being competed as Brand name or Equal and without a Small Business Set-Aside.



The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following brand name products manufactured by 10X Genomics:




  1. Chromium Next GEM Single Cell 5’ HT Kit v2, 48 rxns, Catalog #1000356, qty - 3 each

  2. 5’Feature Barcode Kit, 16 rxns, Catalog #1000256, qty - 14 each

  3. Library Construction Kit, 16 rxns, Catalog #1000190, qty - 6 each

  4. Chromium Next GEM Single Cell 5’ Kit v2, 16 rxns, qty - 2 each

  5. Shipping and Handling if applicable (FOB Destination)



If offering an equal product, Country of Origin, place of manufactured products, must be provided with quote.



If quoting an equal product you must show how the quoted equipment/consumables meet these qualifications:



The Chromium X Series controller and reagents, powered by Next GEM Technology, provides a precisely engineered reagent delivery method that enables thousands of micro-reactions in parallel. Encapsulate a sample into hundreds to tens of thousands of uniquely addressable partitions in minutes, each containing an identifying barcode for downstream analysis. Each Gel Bead, infused with millions of barcoded oligonucleotides, is mixed with a sample, which can be individual cells or nuclei. Gel Beads and samples are then added to an oil-surfactant solution to create Gel Beads-in-Emulsion (GEMs), which act as individual reaction vesicles in which the Gel Beads are dissolved, and the sample is barcoded.



The Chromium Controller and Chromium X Series controller and reagents use a microfluidic chip to provide high-throughput reagent delivery. The 8-sample cartridge is loaded with Gel Beads, Single Cell 5’ reagents, a cell suspension and an oil-surfactant solution. Reagents and cells are combined to generate GEMs in such a way that single cells are partitioned with unique, cell-linked molecular barcodes. The simple workflow creates thousands of GEMs per channel in an instrument run time of

Unique Platform Characteristics



Generate single-cell transcript counts from up to 80,000 cells per run



• Produce >90,000 individual nanoliter-scale partitions leveraging ~3.6 million unique barcodes



• Capture cells at high efficiency up to 65%



• Low doublet rate of 0.9% per 1,000 cells (~0.5% for HT)



• Reveal clonality, diversity, antigen specificity, and cellular context



• Assemble and annotate full-length V(D)J gene sequences



• Pair α and β chain TCR sequences from individual T cells



• Pair heavy and light chain immunoglobulin (Ig) sequences from individual B cells with full isotype



resolution



• Simultaneously measure TCR, B cell Ig, cell surface protein expression, and 5’ gene expression



in the same cells



• Map full-length, paired T cell receptors with barcoded pMHC complexes



• Map full-length, paired B cell receptors with barcoded antigens



• Access the whole transcriptome with an unbiased approach appropriate for discovery work, or



focus on a subset of relevant target genes by performing target enrichment of the same library



sample prior to sequencing



• Simultaneously measure cell surface protein expression with gene expression



• Provide turn-key analysis pipelines and visualization software for novice and expert users alike



• Include a microfluidics chip that is compatible with a wide range of eukaryotic cell sizes and types



(e.g. adherent cell cultures, suspension cell cultures, tissues, blood, etc.)





Period of Performance/Delivery: The estimated time of delivery is within 45 days after receipt and acceptance of award to Bethesda, MD 20892.



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 brand name requirements, delivery, and price.





The following FAR provisions apply to this acquisition:





FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2021)



FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2021)



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 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)





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 (OCT 2018)





FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2022)



*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 (Dec 2013)





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 (Aug 2020)





FAR 52.211-6 Brand Name or Equal



As prescribed in 11.107(a), insert the following provision:



Brand Name or Equal (Aug 1999)



(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.



(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.





HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 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 December 29, 2022 @ 4:00 EST





Offers may be emailed to Lu Chang at by 4:00 pm eastern standard time December 29, 2022. Offers shall include RFQ number in the subject line (RFQ-NIAID-2151967). Late submission 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 email to Lu Chang at lu-chang.lu@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
  • Dec 19, 2022 07:06 pm ESTCombined 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 >