Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

66 -- Brand Name Only 10x Genomics, Inc. Chromium Controller & Accessory Kit

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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
HHS-NIH-NIDA(AG)-CSS-18-00561
 
Archive Date
10/2/2018
 
Point of Contact
Heather M. Orandi, Phone: 3014436162, Yvette Brown, Phone: 301-443-8402
 
E-Mail Address
Heather.Orandi@nih.gov, yvette.brown@nih.gov
(Heather.Orandi@nih.gov, yvette.brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Solicitation Number: HHS-NIH-NIDA(AG)-CSS-18-00561 Title: Brand Name Only 10x Genomics, Inc. Chromium Controller & Accessory Kit (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 HHS-NIH-NIDA(AG)-CSS-18-00561 and the solicitation is issued as a Request for Quote. (iii) 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12 - Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition, Contracts Management Branch Blue on behalf of the National Institute on Aging intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to 10x Genomics, Inc., 7068 Koll Center Parkway, Suite 401, Pleasanton, CA 94566. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 13.106-1(b)(1) - Brand Name Item. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. 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 with the ability to collect single cells and mark them such that the DNA and RNA are isolated from these cells and are tagged with a unique tag, allowing one to assess the differences in cell population isolated from a tissue or tumor and identify cell heterogeneity. Only 10x Genomics, Inc. can furnish the requirements, because this sytem can isolate >10,000 cells in a single lane and using 8 lanes available on the chip it can isolate up to 80,000 cells. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (v) The associated NAICS code 334516 and the small business size standard 1000 employees. This requirement is single-sole source, including brand-name, other than full and open competition. (vi) List of contract line item number(s), name of items, quantities, units of measure and option quantities: Line # Cat. No. Product Name Qty. 1 120223 Chromium Controller & Accessory Kit 1 (vii) Delivery: within 30 Days After Receipt of Order (ARO) Place of Delivery: 251 Bayview Blvd., Baltimore, MD 21224-2816 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest-Price, Technically Acceptable. (b) 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 FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (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. 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) www.sam.gov." All responses must be received by 4:00 PM Eastern on Monday, September 17, 2018, and reference number HHS-NIH-NIDA(AG)-CSS-18-00552. Responses may be submitted electronically to Heather Orandi at Heather.Orandi@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Heather Orandi, 301-443-6162.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-00561/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05087275-W 20180915/180913231044-5e66597fbddfd59f7de8ae1df0d83e94 (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.