Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

66 -- Reagent multiplex chip kits for existing 10x Genomic Chromium Single Cell Controller

Notice Date
8/17/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800445
 
Archive Date
9/8/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The Office of Acquisition (OA) at the National Institute on Drug Abuse (NIDA) at the National Institutes of Health (NIH) under the Department of Health & Human Services (DHHS), on behalf of the National Center for the Advancement of Transalational Sciences (NCATS) intends to negotiate and award a contract to 10X Genomics, Inc, located at 7068 Koll Center Pkwy, Pleasanton, CA 94566, for purchase of Reagent mulitiplex chip kits for an existing, Government-owned, 10X Genomic Chromium Single Cell Controller, without providing full and open competition. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Small Business Sources Sought type of notice, number NIHDA201800414, released on FedBizOpps from August 3, 2018 through August 10, 2018, indicates only one source of supply or service is capable of achieving this Government requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516-Analytical Laboratory Instrument Manufacturing with associated small business size standard of 1000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-99-1 / 07-16-2018. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Specifically, the following salient features are deemed essential that this potential requirement will achieve: 1. Chromium TM Chromium TM Single Cell DNA Library & Gel Bead Kit, 16 rxns and Chromium TM Single Cell 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 oCompound heterozygosity oBalanced and unbalanced structural variant detection •Rescues short sequencing reads that reside in previously unmappable regions of the genome (frequently ~10% of all reads) oProvides stand-alone, turn-key analysis pipelines and visualization software fo novice and expert users alike for: •Sequence read demultiplexing •Barcode-aware alignment 2.Chromium TM Single Cell Chip C Kit, 48 rxns: •6 chips, 48 reactions •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 generate cell beads and gel beads (CBGB) •Compatible with 10X Genomics Chromium Single Cell Controller 3.Chromium TM Single Cell Chip D Kit, 48 rxns: •6 chips, 48 reactions •Seqeuncital reaction from Chip C kit, cell beads with aingle cell genomic DNA from Chromium TM Single Cell Chip C Kit will load to Chip D to generate cell beads and gel beads (CBGB) to performe copy number variation profiling. •Compatible with 10X Genomics Chromium Single Cell Controller 4.Chromium TM 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 5.Chromium TM Single Cell DNA accessory Kit Magnetic beads station specifically used in CNV kit sample clean up. Purpose and Objectives To establish and move stem cell technologies forward through a more centralized effort, NIH has launched the Stem Cell Translation Laboratory (SCTL) within NCATS. Part of the NIH Common Fund, the goal of the SCTL is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. SCTL has a requirement is to obtain reagent mulitiplex chip kits to be compaitlbe with the existing Chromium Single Cell Controller, manufactured by 10x Genomic, Inc, as follows: 1. Chromium TM Single Cell Chip C Kit, 48 rxns (Product code: 1000022), quantity two (2); 2. Chromium TM Single Cell Chip D Kit, 48 rxns (Product code: 1000042), quantity two (2); 3. Chromium TM i7 Multiplex Kit, 96 rxns (Product code: 120262), quantity one (1); 4. Chromium TM Single Cell DNA accessory Kit (Product code: 1000058) quantity one (1); 5. Chromium TM Single Cell Bead Kit, 16 rxns (Prodcut code: 1000056), quantity five (5); 6. Chromium TM Single Cell DNA Library & Gel Bead Kit, 16 rxns (Prodcut code: 1000040), quantity five (5). The subject supply is required to perform single cell copy number profiling analysis by SCTL for the consistency and continuity of ongoing stem cell research protocols and projects. Delivery: Sequencing kits are to be delivered to 9800 Medical Center Drive, Bldg B, Rockville, MD 20850 during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). All kits must be delivered under the proper temperature requirements and they will have expiration dates of no less than 6 months from the date of receipt. Kits will be shipped within 2 week of receiving purchase order with 2 shipments, in accordance with the following: Delivery Date: The vendor shall provide these items in two (2) shipments per the following instructions: Shipment #1: •Three (3) x Chromium TM Single Cell DNA Library & Gel Bead Kit, 16 rxns •Three (3) x Chromium TM Single Cell Bead Kit, 16 rxns •Two (2) x "Chromium TM Single Cell Chip C Kit, 48 rxns •Two (2) x "Chromium TM Single Cell Chip D Kit, 48 rxns •One (1) x "Chromium TM i7 Multiplex Kit, 96 rxns Shipment #1 must be delivered within 2 weeks of initial receipt of order by the vendor. Shipment #2: The remaining Two (2) x Chromium TM Single Cell DNA Library & Gel Bead Kit, 16 rxns Two (2) x Chromium TM Single Cell Bead Kit, 16 rxns Shipment #2 must be delivered 12 weeks after Shipment #1 is sent by the vendor. Kits will perform as specified in the quality control literature supplied with the kits. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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. 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) at www.sam.gov. 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. All responses must be received by the closting date specified in this announcement and must reference the subject announcement number on all correspondences. Responses must be submitted electronically to Mr. Hunter Tjugum at hunter.tjugum@nih.gov. Fax requests are not accepted. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800445/listing.html)
 
Record
SN05043842-W 20180819/180817231214-434a2338d610472f003eeb213ff782e9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.