SOLICITATION NOTICE
66 -- 10X Genomics Chromium Controller Single Cell Platform
- Notice Date
- 9/9/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2016-278-JML
- Archive Date
- 10/4/2016
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to 10X Genomics, Inc., 7068 Koll Center Parkway, Suite 401, Pleasanton, CA 94566-3111 to provide the Chromium Controller Single Cell Platform to the NHLBI Division of Intramural Research (DIR). BACKGROUND The Center for Human Immunology (CHI) is involved in the study of characterizing normal and pathogenic human immunome. As part of these studies, CHI must investigate the genome, gene expressions and their regulations in PBMC cells. Currently, CHI can perform these analyses only in cell populations. Most of these methods require a large numbers of cells, have complex workflows and generate variable data. PBMCs, on the other hand, are highly heterogeneous. Advances in single cell techniques have enabled comprehensive study of subsets of cells within a heterogeneous population. One such advance is the development of automated single-cell isolation and preparation systems. These systems make single cell genomic analysis possible by automatically isolating and preparing thousands of individual cells on a single platform. PURPOSE The CHI requires a 10X Genomics Chromium Controller single-cell isolation and preparation system to conduct single cell genome and exome analysis. CONTRACTOR REQUIREMENTS The system shall meet the following specifications: •Compatible with downstream analyses including Next Generation Sequencing on an Illumina platform as well as targeted gene expression analyses on a Fluidigm BioMark; •Enable higher throughput through droplet / emulsion-based cell isolation, separation, and barcoding; •Finish high quality next generation sequencing libraries in a single bulk reaction; •Individually sort and label RNA from up to 48,000 individual cells in one, fully-loaded chip; and, •Resolve the genome into multi-megabase phase blocks. JUSTIFICATION The sole source determination is based on the fact that the Chromium Controller is solely produced by 10X Genomics, Inc., and the key components of the system are patented and designed by 10X Genomics, Inc. to operate as an integrated system. No third-party systems or components are licensed for use on a Chromium system. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification System (NAICS) Code is 334516, Analytical Laboratory Instrument Manufacturing, and the Small Business Size Standard is 1,000. This acquisition is being conducted under FAR Part 13.5, Simplified Procedures for Certain Commercial Items, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-89-1 (August 15, 2016). 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 shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) 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 September 19, 2016 at 3:00PM EST and must reference synopsis number NHLBI-CSB-HL-2016-278-JML. Responses shall be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, Maryland 20892-7902, Attention: Jonathan M. Lear. Responses may be submitted electronically to john.lear@nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. "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/NHLBI/NHLBI-CSB-HL-2016-278-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Record
- SN04265033-W 20160911/160911092726-132be2d201518a5326a7d9769988557a (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 |