SOLICITATION NOTICE
66 -- Transcriptional profiling at single cell level to discover the key genes and networks governing the differentiation process - Package #1
- Notice Date
- 3/20/2018
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHDA201800123
- Archive Date
- 4/14/2018
- Point of Contact
- Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
- E-Mail Address
-
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR Clauses PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION 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 National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract to obtain four (4) "C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs" and four (4) "C1 TM Single-Cell mRNA Seq HT IFC, 10-17 μm - 5 IFCs" which allow Stem Cell Translation Laboratory (SCTL) scientists to examine transcriptional profiling at a single cell level and continue ongoing projects on defining stem cell differentiation process in a heterogeneous population. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 - Analytical Laboratory Instrument Manufacturing with an employee number of 1000. 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) 2005-96 (dated November 6, 2017). 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 Title: Transcriptional profiling at single cell level to discover the key genes and networks governing the differentiation process Purchase Description: 1. C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs (Product # 101-3473) 2. C1 TM Single-Cell mRNA Seq HT IFC, 10-17 μm - 5 IFCs (Product # 101-4982) Salient Charecterisics: The essential characteristics of the "C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs" and "C1 TM Single-Cell mRNA Seq HT IFC, 10-17 μm - 5 IFCs" are its ability capture up to 800 cells, apply a specific barcode to all polyA+ RNA, convert polyA+RNA into cDNA, and perform universal amplification of cDNA for mRNA sequencing. 1. The C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs contains: • C1 Single-Cell mRNA Seq Reagent Kit, Module 1 o 5 tubes of 10X Blocking Reagent, 50.0 µL o 7 tubes of Cell Rinsing Reagent, 1.6 mL o 1 tube of Stability Solution, 1.0 mL o 5 tubes of Suspension Reagent, 50.0 µL o 3 tubes of Valve Fluid V2, 1.5 mL o 2 tubes of Actuation Fluid, 1.5 mL • C1 Single-Cell mRNA Seq Reagent Kit, Module 2 o 5 bottles of C1 Harvest Reagent, 3.7 mL o 1 tube of DNA Dilution Reagent, 1.0 mL o 1 tube of Enrichment Primer, 130.0 µL o 5 tubes of Loading Reagent, 25.0 µL o 1 tube of Preamp Primer, 15.0 µL o 5 tubes of Preloading Reagent, 750.0 µL • C1 Single-Cell mRNA Seq Reagent Kit, Module 3 o 5 Cell Barcode Plates o 40 barcodes • C1 Single-Cell mRNA Seq Reagent Kit, Module 4 o 1 tube of Reverse Transcription Primer, 20.0 µL • C1 Single-Cell mRNA Seq Reagent Kit, Module 5 o 1 tube of 5X First-Strand Buffer, 96.0 µL o 1 tube of dNTP Mix (20 mM each), 30.0 µL o 1 tube of Dithiothreitol (DTT; 100 mM), 15.0 µL o 1 tube of Reverse Transcriptase (100U/µL), 48.0 µL o 1 tube of Nuclease-Free Water, 1.0 mL o 1 tube of RNase Inhibitor (40U/µL), 60.0 µL o 1 tube of 10X Lysis Buffer - v3, 260.0 µL 2. The C1 TM Single-Cell mRNA Seq HT 10-17 µm - 5 IFCs kit contains: • 5 integrated fluidic circuits (IFCs) Quantity: Four (4) x C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs Four (4) x C1 TM Single-Cell mRNA Seq HT IFC, 10-17 μm - 5 IFCs DELIVERY DATE Shipment #1: Four (4) x C1 TM Single-Cell mRNA Seq HT IFC, 10-17 μm - 5 IFCs, and two (2) x Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs. Shipment #1 must be delivered within 2 weeks of initial receipt of order by the vendor. Shipment #2: The remaining two (2) x C1 TM Single-Cell mRNA Seq HT Reagent Kit v2 - 5 IFCs. Shipment #2 must be delivered 8 weeks after Shipment #1 is sent by the vendor. 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) 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 1:00 PM Eastern, March 30, 2018 and must reference number NIHDA201800123. Responses must be submitted electronically to Jessica Adams, Contract Specialist, at jessica.adams@nih.gov and must reference the solicitation number NIHDA201800123 on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a4752cb6f4b27263a69d993cb22419c)
- Record
- SN04860430-W 20180322/180320231112-7a4752cb6f4b27263a69d993cb22419c (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 |