SOLICITATION NOTICE
66 -- 10x Genomics Chromium X Chromium Connect Trade
- Notice Date
- 12/16/2024 1:30:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025Q00096
- Response Due
- 12/18/2024 6:00:00 AM
- Archive Date
- 01/02/2025
- Point of Contact
- Mark McNally, Contracting Officer, Phone: 3018275869
- E-Mail Address
-
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
- Description
- (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 75N95025Q00096 and the solicitation is issued as a request for quotation (RFQ). 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 and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is December 20, 2024. 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 (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to 10x Genomics, Inc., 6230 Stoneridge Mall Road, Pleasanton, CA 94588-3260, for 10x Genomics Chromium X Chromium Connect Trade. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the brand-name justification is the vendor is the sole manufacturer and only provider of the necessary equipment and compatible reagents needed for seamless continuity in the single-cell research conducted by the NCATS. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-01 dated November 12, 2024. (iv) This acquisition has no set-aside restrictions. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. DESCRIPTION (v) This acquisition is for the following list of contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable): See Attachement 1. (vi) The purchase description is included as Attachment 1 to this Solicitation. (vii) The place of delivery and acceptance shall be: NIH / NCATS Division of Preclinical Innovation 3D Tissue Bioprinting Program Lab 9800 Medical Center Dr. Rockville, MD 20850 Delivery date is by or before December 31, 2024. Delivery will be f.o.b. destination, and the quotation�s total price must include all shipping and handling costs. PROVISIONS, CLAUSES, AND OTHER TERMS AND CONDITIONS (viii) The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Products and Commerical Services, applies to this acquisition and is attached in full text. (ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance as defined under FAR 13.106-2(b)(3). (x) Offerors are to either complete the following within their SAM.gov registration or include completed copies with their offers: FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with offers; FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; and, if applicable, FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with offers. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference: FAR 52.204-7, System for Award Management (Nov 2024) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.225-2, Buy American Certificate (Oct 2022) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following apply to this acquisition and are incorporated in full text as attachments: NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) dated: 03/21/2023. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and is attached in full text. (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: The Government has a Chromium Connect instrument for trade-in and requires inclusion of any available trade-in terms or conditions with offers. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. SUBMISSION INSTRUCTIONS (xv) 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 solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, 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. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. The Unique Entity ID (UEI), 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 9:00 AM, Eastern Time on Wednesday, December 18, 2024, and reference this Solicitation Number. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov. ATTACHMENTS Purchase Description FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jul 2021) NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7baf053813740f695729807d2ba94ab/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07293422-F 20241218/241216230111 (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 |