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-25-2270566 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) 2025-05 August 7, 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.
By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov).
Description of Need/Bill of Materials:
The Research Technologies Branch provides intramural scientists with state-of-the-art facilities and expertise in flow cytometry, microscopy, and genomics. The RTB Genomics Research Section (GRS) regularly performs state of the art research for clinicians and researchers within the DIR towards the NIAID goal of the discovery of new diagnostics, therapeutics, and vaccines against human disease. The reagents in this order are required for single cell sequencing of RNA. More specifically, this research makes use of 10x Genomics single cell platform to interrogate gene expression at the single cell level along with cell surface protein expression and TCR and BCR VDJ sequencing. All 10x Genomics single cell libraries are sequencing ready for Illumina NGS platforms. The Genomics Research Section currently uses 10x Genomics technologies to conduct experiments within the lab every day on behalf of all the NIAID DIR scientists. This acquisition is required to obtain the essential reagents to conduct the research projects for NIAID Investigators.
The GRS has a requirement for the following Brand Name Supplies:
Product Code, Product, Quantity
1000691, GEM-X Universal 3' Gene Expression v4, 16 samples, Qty 6
1000699, GEM-X Universal 5' Gene Expression v3, 4 samples, Qty 4
1000390, Chromium Next GEM Single Cell ATAC Kit v2, 16 rxns, Qty 1
1000690, Chromium GEM-X Single Cell 3' Chip Kit v4, 4 chips, Qty 5
1000215, Dual Index Kit TT Set A, 96 rxn, Qty 2
1000702, Chromium GEM-X Single Cell 3 Feature Barcode Kit v4, 16 rxns, Qty 2
1000703, Chromium GEM-X Single Cell 5 Feature Barcode Kit v3, 16 rxns, Qty 2
1000252, Chromium Single Cell Human TCR Amplification Kit, 16 rxns, Qty 3
1000698, Chromium GEM-X Single Cell 5' Chip Kit v3, 4 chips, Qty 3
1000162, Chromium Next GEM Chip H Single Cell Kit, 16 rxns, Qty 2
1000212, Single Index Kit N Set A, Qty 1
Shipping and Handling of Products to NIH Bethesda
Delivery: As soon as possible after receipt and acceptance of award.
Place of Performance:
NIH, 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 the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed in the Bill of Materials, and then 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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2024)
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 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)
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 (Nov 2023)
*The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting.
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
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: https://www.acquisition.gov/
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.
Offers or questions regarding this solicitation can be emailed to Mr. Addison Miller at addison.miller@nih.gov.
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.