This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00190 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-05. The North American Industry Classification (NAICS) Code is 541380 and the business size standard is $19m. However, this solicitation is not set aside for total small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Horizon Discover Bioscience to procure the following custom reagents/kits.
1. LP_193551 SLC CRISPRa, CRISPRmod CRISPRa Human Synthetic sgRNA - SMARTpool 0.1 nmol, 452 wells, 2 plates, plate type Echo 384, Horizontal – Qty (1) EA
2. LP_193555 CRISPRKO, Edit-R Human Synthetic sgRNA pool 0.1 nmol, 455 wells, 2 plates, plate type Echo 384, Horizontal – Qty (1) EA
This procurement supports an ongoing research project focused on identifying novel phosphate transporters through genome wide functional genomic screens. The study design requires the use of both CRISPR activation (CRISPRa) and knockout (CRISPRko) libraries optimized for use in human cells, with pooled lentiviral delivery formats suitable for high-throughput screening. To maintain scientific integrity and ensure valid data comparability, the libraries must: • Include genome-wide coverage targeting nearly all human protein-coding genes. • Contain multiple validated sgRNAs per gene for both CRISPRa and CRISPRko modalities. • Be delivered in a pooled lentiviral format compatible with screening protocols already developed with our collaborators at another NIH (National Institutes of Health) institute. • Be consistent with previously acquired and piloted reagents to ensure reproducibility and alignment with prior data sets.
Alternate products or services do not meet the required genome-wide coverage or lack validation in the dual CRISPRa/CRISPRko formats. Using a different source or reagent set at this stage would introduce variability, compromise data integrity, and undermine comparisons with prior pilot and preliminary work already completed as part of this ongoing research initiative.
The requested CRISPR activation (CRISPRa) and knockout (CRISPRko) libraries are available exclusively from Horizon Discovery due to their unique combination of proprietary design, extensive validation, and commercial availability: • Horizon Discovery has developed and optimized these genome-wide CRISPRa and CRISPRko libraries using proprietary sgRNA design algorithms and validation pipelines to ensure high on-target activity and minimal off-target effects. • These libraries are offered in a pooled lentiviral format specifically engineered for compatibility with high-throughput screening platforms, a capability not widely available from other suppliers. • Horizon Discovery holds exclusive licensing and distribution rights to these specific genome-wide human CRISPRa and CRISPRko libraries, which means no other vendors are authorized or equipped to supply the exact products required for this research. • The integration of both CRISPRa and CRISPRko libraries in a
consistent format from a single source ensures experimental uniformity critical for the ongoing study’s data integrity and reproducibility. This unique capability and exclusive availability establish Horizon Discovery as the sole qualified vendor capable of providing the precise, non-substitutable reagents needed for the successful continuation of this project.
SPECIAL ORDER REQUIREMENTS
The CRISPR activation (CRISPRa) and knockout (CRISPRko) libraries are specialized reagents that require precise manufacturing and quality control to ensure reliable screening results.
These libraries must be shipped completely and directly to designated staff personnel within the other NIH institute /collaborator location in Rockville, MD for immediate use in the collaborative functional genomic screens. The vendor must provide documentation of library composition, quality assurance, and shipping conditions to maintain reagent integrity. Timely and accurate delivery is critical to avoid compromising the ongoing federally funded research.
SALIENT / REQUIRED FEATURES AND SPECIFICATIONS:
The following product features/characteristics are required for this acquisition: • Genome-wide human CRISPR activation (CRISPRa) and knockout (CRISPRko) libraries designed as SMARTpool synthetic sgRNA collections. • High-quality, pre-assembled libraries provided at a 0.1 nmol scale to support robust and reproducible functional genomic screening. • Comprehensive quality control data and documentation ensuring library integrity and coverage. • Reagents must be delivered with appropriate shipping and storage conditions to maintain stability.
PURCHASE ORDER TYPE
This purchase order will be a Firm Fixed Price.
DELIVERY:
The CRISPRa and CRISPRko libraries will be delivered as complete reagent kits directly to designated staff personnel at the designated location in Rockville, MD. The vendor must ensure proper packaging and shipping conditions to maintain reagent stability and viability upon arrival. Delivery timelines must align with project milestones to avoid delays in the collaborative research.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items - FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR
52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit a copy of their quotation via email to
robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all services and or products needed as per this solicitation. Responses must be accompanied by descriptive literature, warranties, delivery timeframe and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on August 25, 2025, before 5:00pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00190. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00190 in the subject line of email.
Note: In order to receive an award, contractors must maintain an active SAM registration for all awards throughout the entire contract/order lifecycle, from offer submission to final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”