This is a Combined Synopsis/Solicitation (CSS) 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items.
The solicitation number is HHS-NIH-NIDA(AG)- CSS-75N95019Q00261 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to 10X Genomics, Inc., 7068 Koll Ctr Pkwy Ste 401, Pleasanton, CA, 94566.
ACQUISITION AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements.
The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a service contract for the
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, dated June 5, 2019.
Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification for this is that NIA requires a chromium system Chromium system allows collection of single sells, mark each cells with an unique bar-code and a second unique barcode for the genomic DNA or RNA allowing one to distinguish transcripts derived from each isolated cell and classify variants in DNA or assess the transcript content. Subsequent analyses allow us to distinguish the kinds of cells within a complex sample such as a tissue and understand their function.
ANTICIPATED CONTRACT TYPE
A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The associated NAICS code for this requirement is 334516 with size standard of 1,000 employees.
PURPOSE AND OBJECTIVES
The differences between individual cells can have profound functional consequences, in both unicellular and multicellular organisms. Developed single-cell mRNA-sequencing methods enable unbiased, high-throughput, and high-resolution transcriptomic analysis of individual cells. This provides an additional dimension to transcriptomic information relative to traditional methods that profile bulk populations of cells. Single-cell RNA-sequencing methods have revealed new biology in terms of the composition of tissues, the dynamics of transcription, and the regulatory relationships between genes. Rapid technological developments at the level of cell capture, phenotyping, molecular biology, and bioinformatics promise an exciting future with numerous biological and medical applications.
The Chromium Single Cell Gene Expression Solution provides a comprehensive, scalable solution for cell characterization and gene expression profiling of hundreds to millions of cells. Affordable and with a simplified workflow, users can go from cell sample to sequencing library in less than one workday.
SALIENT CHARACTERISTICS
Comprehensive and scalable solution for cell characterization and gene expression profiling.
Can use hundreds to tens of thousands of single cells at one time.
Cell-by-cell basis.
Can identify and characterize rare cell types.
Perform cellular phenotyping with single cell RNA-Seq.
Evaluate mRNA and cell surface protein expression profiles within the same cell.
Users can go from cell sample to sequencing library in less than one workday.
PLACE OF PERFORMANCE
The place of performance shall be the National Institute on Aging location at 251 Bayview Boulevard, Baltimore, MD 21224.
PERFORMANCE SCHEDULE
60 days ARO
GOVERNMENT RESPONSIBILITIES
This CSS is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses to this CSS 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.
Respondents that believe that they are manufacturers or authorized resellers of the 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; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
In addition, 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.
EVALUATION CRITERIA
Responses received to this CSS 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 any warranties. 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 LPTA process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable."
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at [email protected] by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA(AG)-CSS-75N95019Q00261. Facsimile responses are NOT accepted.