Inactive
Notice ID:68166GSS
(a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional informa...
(a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. (b) The solicitation number is 75D301-22-Q-75595. This solicitation is being issued as a Request for Quotations (RFQ). (c) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. (d) The NAICS code is 334516 and the small business size standard is 1,000 employees. (e) The Centers for Disease Control and Prevention intends to award a firm fixed price contract for the following requirement. Please fill-in the dollar amounts or provide a separate Excel spreadsheet containing the same information including a list of line item numbers, items, quantities, units of measure and options, if applicable. The contractor shall provide the following supplies. The following parts are proprietary to 10X Genomics and are brand specific. Please provide these brand specific parts. (See Brand Name Justification at Attachment 1). CLIN 0001 Chromium iX Accessory Kit with 12 month warranty (Quantity 1) Item # 1000328 On or before 09/15/2022 Total Price: Your quote should include the following: Total price for CLIN 0001 CLIN 0002 Shipping FOB Destination On or before 09/15/2022 Total Price: Your quote should include the following: Total price for CLIN 0002 LOCATION: CDC NCEZID Division of Vector Disease 3156 Rampart Road M/S P-02 Fort Collins, CO 80521-3003 (f) The objective of this project is to purchase this equipment that encapsulates a sample into hundreds to tens of thousands of uniquely addressable partitions in minutes, each containing an identifying barcode for downstream analysis. The high throughput capabilities can extract RNA from 80,000 individual cells, greatly increasing the recovery of rare RNAs of interest. (g) FOB Destination on or before September 15, 2022. The award is anticipated to be made on or about August 29, 2022. (h) This solicitation incorporates one or more solicitation provisions and contract 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. The vendor is cautioned that the listed provisions may include blocks that must be completed by the vendor and submitted with its quotation. In lieu of submitting the full text of those provisions, the vendor may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision or contract clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/hhsar (i) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (j) Vendors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their quote. If the vendor has completed FAR 52.212-3 at www.sam.gov, then the vendor does not need to provide a completed copy with its quote. (k) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (l) 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. See full text of this clause in Attachment 2. (m) The following provisions and clauses also apply to this solicitation: (1) FAR 52.204-7 System for Award Management (Oct 2018) (2) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) (3) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) (4) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) (5) FAR 52.204-24 Representation Regarding Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (6) FAR 52.232-40 Providing Accelerated Payments to Small Business Contractors (Nov 2021) (7) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) (8) HHSAR 352.232-71 Electronic Submission of Payment Requests (February 2, 2022). See full text of this clause in Attachment 2. (n) Quotes are to be submitted by e-mail to Brian Swann, Contract Specialist, at bswann@cdc.gov, no later than 4:00PM ET on August 26, 2022. (o) Any inquiries regarding this solicitation must be sent to Brian Swann, Contract Specialist, at bswann@cdc.gov. The last date and time questions will be accepted is August 25, 2022, at 4:00PM ET. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Award will be made to the lowest priced technically acceptable offer. Attachments: 1. Brand Name Justification 2. Clauses