SOLICITATION NOTICE
65 -- GEM-X Universal 5' Gene Expression v3, 16 Samples
- Notice Date
- 5/7/2025 8:32:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-25--2260513
- Response Due
- 5/16/2025 7:00:00 AM
- Archive Date
- 05/31/2025
- Point of Contact
- RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
- E-Mail Address
-
rita.davis@nih.gov, TALEXANDER@NIAID.NIH.GOV
(rita.davis@nih.gov, TALEXANDER@NIAID.NIH.GOV)
- 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-25-2260513 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) 2025-3 January 17, 2025. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (except Diagnostic) Manufacturing, with a size standard of 1,250 employees. The requirement is being competed with a brand name restriction, and without a small business set-aside. Project Description: The NIH, NIAID, BCIS has a current requirement for 10X Genomics reagents that are critical for experiments associated with the ongoing VRC328 clinical trial covered under Z#AI-005143-06. We are isolating PBMCs from whole blood samples and bulk sorting plasmablasts for single cell sequencing at specific study timepoints. Plasmablasts have limited recovery after freezing, so these cells must be processed immediately to remain viable for downstream sequencing analysis. The Chromium Single Cell 5� Reagent includes a gel bead emulsion (GEM) single cell 5� library and gel bead kit, accompanying library construction and barcoding kits, as well as B cell and T cell VDJ (BCR & TCR) enrichment kits and two different single index kits. The reagent described build on years of experience with the 10X Genomics technology. Given that the procedures of barcoding cell constituents, constructing libraries and performing CITE-seq, all currently performed with 10X Genomics products and instrumentation, are critical components for our new studies and it is imperative that methods be performed with the same products to ensure continuity, consistency and to develop standardized procedures. A change in variables with a different source, especially given the complexity of the sequence of procedures involved, would compromise ongoing research efforts, set us back in time and effort and delay our consortium�s commitment to develop a toolkit for investigating antigen-specific B-cell responses for the NIH community, as described in the DCIA. The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Immunoregulation (LIR) has a requirement for the following Brand Name Supplies: Description of need: GEM-X Single Cell 5' Gene Expression v3, 16 samples, Product Code 1000699, Qty - 2 e Shipping & Handling, Qty 1 Shipping Dates � no later than 30 days ARO Place of Performance: NIH, 40 Convent Drive, Building 40, Room 3613, Bethesda, MD 20892, United States. FOB: Destination 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 requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (NOV 24) (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 FAR 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) FAR 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 (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025) *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 (MAR 2023) 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 (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 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 May 16, 2025 @ 10:00 AM EST All quotations and required documents must be submitted via the NIAID electronic SIMPLIFIED ACQUISITION SUBMISSION SYSTEM (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aa49e24725eb4d3db6af798b2640989e/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07434693-F 20250509/250507230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |