SOLICITATION NOTICE
65 -- 10X GENOMICS XENIUM PRIME REAGENTS
- Notice Date
- 5/16/2025 9:42:14 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-25-2251175
- Response Due
- 5/23/2025 7:00:00 AM
- Archive Date
- 06/07/2025
- 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-25-2261175 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. The NIH, NIAID, LCIM, has an emergency procurement for spatial transcriptomics of iPSC-derived cerebral organoids and MS human brain tissue. These are necessary supplies for the ongoing research experiments. These items are for an ongoing project utilizing induced pluripotent stem cells (iPSCs) from patients involved in the clinical trial ongoing in the NDS lab to develop cerebral organoids as a translatable and complex biological model for multiple sclerosis (MS). The organoids have been growing and maintained alive for approximately two and a half years. They are currently being cultured with different drugs we study in TRAP-MS clinical trials. To get organoids to this stage cost us thousands of dollars in reagents and in time spent working on this project. The items will be used to evaluate the effect of drugs on MS CNS tissue. Xenium is a high-resolution, imaging-based in situ spatial profiling technology from 10x Genomics that allows for simultaneous expression analysis of RNA targets within the same tissue section. This assay can identify the location of target transcripts within the tissue, providing a single cell resolution map of expression patterns of all genes included in the selected probe panel, which we will then merge with our scRNAseq or snRNAseq data. The LCIM has a requirement for the following Brand Name Supplies: Description of need: Xenium Prime 5K Human Pan Tissue and Pathways Assay Kit (2 rxns), Product Code 100671, Qty � 4 Xenium Prime 5K Add-on Custom 51 to 100 Gene Panel (12 rxns) - Design ID# PTAHDJ, Product Code 1000766, Qty � 1 Xenium Advanced Panel Upgrade (1 to 300 genes) - Design ID# PTAHDJ, Product Code 1000664, Qty - 1 Shipping and Handling, Qty 1 Delivery: As soon as possible after receipt and acceptance of award. Place of Performance: NIH, 10 Center Drive, Building 10, 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, price, and delivery. 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 23, 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/a6abcaf6f1cf456fa7495f01223bd9c0/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07446382-F 20250518/250516230049 (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 |