(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75N95019Q00213 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items. This acquisition is expected to exceed the simplified acquisition threshold of $250,000.00. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2019-03 / 07-12-2019.
(iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. No set aside restriction is applicable.
(v) This requirement is for the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). NCATS has a requirement to obtain an assay chips and reagent kits on a BRAND-NAME-OR-EQUAL basis to the items described in this notice identified herein, or its equal, manufactured by 10X Genomics, Inc., located at 7068 Koll Ctr Pkwy Ste 401, Pleasanton, CA, 94566.
The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. To establish and move stem cell technologies forward through a more centralized effort, NCATS has launched the Stem Cell Translation Laboratory (SCTL) within the DPI. SCTL scientists work to perform deep profiling of complex cell populations with high-throughput digital gene expression analysis of individual cells. The SCTL has a requirement to obtain assay chips and reagent kits manufactured by 10X Genomics, Inc. to meet SCTL project milestones for the Helping to End Addiction Long-term (HEAL) Initiative. The assay chips and reagent kits will be run on the existing 10x Genomics Chromium Single Cell Controller and will support ongoing projects on defining stem cell differentiation process in heterogeneous population require the examination of transcriptional profiling at single cell level.
(vi) The purpose of this acquisition is to obtain assay and reagent chip kits on a Brand-Name-or-Equal basis to the items identified herein produced by 10X Genomics, Inc, to be compatible with the existing 10x Genomic Chromium Single Cell Controller at the SCTL.
The objective for SCTL scientists is to simultaneously examine the cellular context of the immune system and the immune repertoires of hundreds to tens of thousands of T and B cells on a cell-by-cell basis. These kits are critical for understanding the real nature of an individual genome in order to facilitate more personalized human disease research, understand the true diversity of individuals in population studies, and create accurate reference genomes for diploid organisms. Furthermore, it provides a comprehensive, scalable approach to determine genome heterogeneity and map clonal evolution by profiling hundreds to thousands of cells in a single sample. Using these kits, SCTL researchers will be able to create sequencing libraries from the DNA of single cells and analyze the genomic data with intuitive software and visualization tools.
Products offered must include those salient physical, functional, or other characteristics of the assay chips and reagent kits manufactured by 10X Genomics, Inc. as described in this notice, which are deemed essential in meeting the government's needs. Additionally, the assay chips and reagent kits must be compatible with current existing Government-owned equipment; specifically: the 10X Genomics Chromium Single Cell Controller and the Illumina NextSeq 500 Sequencer system.
Ongoing projects on defining stem cell differentiation process in heterogeneous population require the examination of copy number variation profiling at single cell level. Genomic stability is critical for the clinical use of human induce pluripotent stem cells. Recent publication suggested dynamic nature of genomic abnormalities in pluripotent stem cells, therefore frequent genomic monitoring is essential for SCTL lab to develop reliable differentiation protocol for clinical grade stem cell derived cells. The Chromium reagent kits, chip kits, and multiplex kits are designed specifically for use with the 10X Genomics Chromium Single Cell Controller based on the droplet-based reagent delivery method that uses a microfluidic chip to provide high-throughput single cell preparation and 65% cell capture efficiency.
Specifically, the following are considered essential features of this potential requirement:
1. ChromiumTM Single Cell Chip C Kit, 48 rxns:
• Loaded with the Cell Beads, and cell suspension to generate cell beads partition for following reaction. Cell beads will lyse the cell and remove all nuclear proteins while the genomic DNA remains trapped in cell beads. The reaction will proceed using chip D to generate cell beads and gel beads (CBGB)
• Compatible with 10X Genomics Chromium Single Cell Controller
2. ChromiumTM Single Cell Chip D Kit, 48 rxns:
• Sequential reaction from Chip C kit, cell beads with single cell genomic DNA from ChromiumTM Single Cell Chip C Kit will load to Chip D to generate cell beads and gel beads (CBGB) to perform copy number variation profiling.
• Compatible with 10X Genomics Chromium Single Cell Controller
3. Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns
• Leverages Linked-Read data to reconstruct a diploid genome without the need for a reference
• Routinely resolves the genome into extremely large haplotype phase blocks (i.e. >10 Mb)
• Produces up to 1,000,000 individual nanoliter-scale reactions leveraging ~4,000,000 unique 16 bp barcodes
• Generates Linked-Read molecules from >100 kb input molecules
• Enables long-range phasing for whole genome, whole exome, and targeted resequencing applications to detect:
o Haplotypes, which can be directly observed without the need for informatics inference
o Compound heterozygosity
o Balanced and unbalanced structural variant detection
• Rescues short sequencing reads that reside in previously unmappable regions of the genome (frequently ~10% of all reads)
o Provides stand-alone, turn-key analysis pipelines and visualization software fo novice and expert users alike for:
• Sequence read demultiplexing
• Barcode-aware alignment
4. ChromiumTM i7 Multiplex Kit, 96 rxns
• Contains ready-to-use balanced oligonucleotide mix in each well
• Compatible with 10X Genomics Chromium Single Cell Controller
• Compatible with Illumina HiSeq4000, NextSeq, and MiSeq sequencers
Products offered must be essentially equal to the high-throughput mass spectrometer described in this solicitation, which specifically includes the following manufacturer part number, product description and quantity:
1000022 Chromium Chip C Single Cell DNA Kit, 48 rxns 4
1000042 Chromium Chip D Single Cell DNA Kit, 48 rxns 4
1000056 Chromium Single Cell DNA Cell Bead Kit, 16 rxns 12
1000040 Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns 12
120262 Chromium i7 Multiplex Kit, 96 rxns 1
1000127 Chromium Next GEM Chip G Single Cell Kit, 16 rxns 1
1000120 Chromium Next GEM Chip G Single Cell Kit, 48 rxns 4
1000161 Chromium Next GEM Chip H Single Cell Kit, 48 rxns 4
1000121 Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 16 rxns 12
1000128 Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 4 rxns 4
1000175 Chromium Next GEM Single Cell ATAC Library & Gel Bead Kit v1.1, 16 rxns 12
1000084 Chromium i7 Multiplex Kit N Set A, 96 rxns 2
1000055 Flowmi Filter, 50 rxns 4
Offerors submitting a quotation must: 1) clearly indicate if the line item or items being offered in their quote is a brand-name item to the brand name item described in this solicitation, or if the item or items being offered is an "or-equal" item; 2) include Shipping and handling cost in the quotation, or specify if it is included in the price; 3) indicate an estimated delivery time in full after receipt of an order; 4) indicate if items being quoted are warrantied or serviced in accordance with Offeror's standard commercial warranty practices, and the length of time of such warranty or service coverage or type of support.
Delivery Schedule: The following delivery schedule will be applicable to any contract order resulting from this acquisition.
Shipment #1: Must be delivered upon award of contract within days TBD After Receipt of Order (ARO) by the contractor, with all requested items shipped in one (1) single delivery. Shipment #1 must contain the following:
• Three (3) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 16 rxns (1000121)
• Two (2) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 4 rxns (1000128)
• Two (2) x Chromium Next GEM Chip G Single Cell Kit, 48 rxns (1000120)
• One (1) x Chromium Next GEM Chip G Single Cell Kit, 16 rxns (1000127)
• Three (3) x Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns (1000040)
• Three (3) x Chromium Single Cell DNA Cell Bead Kit, 16 rxns (1000056)
• Two (2) x Chromium Chip C Single Cell DNA Kit, 48 rxns (1000022)
• Two (2) x Chromium Chip D Single Cell DNA Kit, 48 rxns (1000042)
• One (1) x Chromium i7 Multiplex Kit, 96 rxns (120262)
• Two (2) x Flowmi Filter, 50 rxns (1000055)
• Two (2) x Chromium Next GEM Chip H Single Cell Kit, 48 rxns (1000161)
• One (1) x Chromium i7 Multiplex Kit N Set A, 96 rxns (1000084)
• Three (3) x Chromium Next GEM Single Cell ATAC Library & Gel Bead Kit v1.1, 16 rxns (1000175)
Shipment #2: Must be delivered within four (4) months after Shipment #1 is sent by the vendor, with all requested items shipped in one (1) single delivery. Shipment #2 must contain the following:
• Three (3) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 16 rxns (1000121)
• Three (3) x Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns (1000040)
• Three (3) x Chromium Single Cell DNA Cell Bead Kit, 16 rxns (1000056)
• Three (3) x Chromium Next GEM Single Cell ATAC Library & Gel Bead Kit v1.1, 16 rxns (1000175)
Shipment #3: Must be delivered within four (4) months after Shipment #2 is sent by the vendor, with all requested items shipped in one (1) single delivery. Shipment #3 must contain the following:
• Three (3) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 16 rxns (1000121)
• Two (2) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 4 rxns (1000128)
• Two (2) x Chromium Next GEM Chip G Single Cell Kit, 48 rxns (1000120)
• Three (3) x Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns (1000040)
• Three (3) x Chromium Single Cell DNA Cell Bead Kit, 16 rxns (1000056)
• Two (2) x Chromium Chip C Single Cell DNA Kit, 48 rxns (1000022)
• Two (2) x Chromium Chip D Single Cell DNA Kit, 48 rxns (1000042)
• Two (2) x Flowmi Filter, 50 rxns (1000055)
• Two (2) x Chromium Next GEM Chip H Single Cell Kit, 48 rxns (1000161)
• One (1) x Chromium i7 Multiplex Kit N Set A, 96 rxns (1000084)
• Three (3) x Chromium Next GEM Single Cell ATAC Library & Gel Bead Kit v1.1, 16 rxns (1000175)
Shipment #4: Must be delivered within four (4) months after Shipment #3 is sent by the vendor, with all requested items shipped in one (1) single delivery. Shipment #4 must contain the following:
• Three (3) x Chromium Next GEM Single Cell 3' GEM, Library & Gel Bead Kit v3.1, 16 rxns (1000121)
• Three (3) x Chromium Single Cell DNA Library & Gel Bead Kit, 16 rxns (1000040)
• Three (3) x Chromium Single Cell DNA Cell Bead Kit, 16 rxns (1000056)
• Three (3) x Chromium Next GEM Single Cell ATAC Library & Gel Bead Kit v1.1, 16 rxns (1000175)
Delivery Instructions: Items # 1000121, 1000128, 1000040, 1000056, 120262, 1000084, and 1000175 must be shipped with dry ice.
(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date after receipt of order (ARO) shall be specified in the offeror's quote and will be determined prior to any award. Delivery will occur within staggered segments throughout the 12-month contract period. Delivery will be FOB - DESTINATION. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850.
(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.204-7, System for Award Management (Oct 2018)
• FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
• FAR 52.211-6, Brand Name or Equal (Aug 1999)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)
• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
The following is an addendum to 52.212-1. SMALL BUSINESS SUB CONTRACTING PLAN: The HHS SUBCONTRACTING PLAN TEMPLATE is located online at https://oamp.od.nih.gov/sites/default/files/DAPEDocs/hhs_subk_plan_template.docx. Pursuant to NIH's priority of Small Business participation, Offerors shall be required to submit an individual subcontracting plan in accordance with the terms of the clause entitled "Small Business Subcontracting Plan," at FAR Clause No. 52.219-9, which may be substituted with a commercial subcontracting plan, prior to contract award.
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
• FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
• FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018).
The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) is applicable to this solicitation:
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct1995)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
52.219-8 Utilization of Small Business Concerns (Nov 2016)
52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-35 Equal Opportunity for Veterans (Oct 2015)
52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
52.222-37 Employment Reports on Veterans (FEB 2016)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.222-54 Employment Eligibility Verification (OCT 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1 Buy American - Supplies (May 2014)
52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment:
• NIH Invoice and Payment Provisions (2/2014)
(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factor to determine if, as submitted, the proposal is technically acceptable.
(1) Technical Capability: Offerors shall clearly indicate possessing the technical capability to achieve the essential salient characteristic features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving the SALIENT CHARACTERISTICS identified in this requirement will be determined to be technically acceptable.
Respondents that believe that they are manufacturers or authorized resellers of any BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text.
(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.
The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
(xvi) All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to [email protected]. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at [email protected] or by phone at 301-827-5304.