Notice of Intent to Sole Source- 10X Genomics
Presolicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 17, 2026. Industry: NAICS 334516 • PSC 6505.
Market snapshot
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 75 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334516
Description
PRE-SOLICITATION NON-COMPETITIVE –
Notice of Intent to Sole Source
- SOLICITATION NUMBER: PCA-NIA-02902
- TITLE: Single-cell RNA sequencing reagents
- RESPONSE DATE: April 17, 2026, at 4:00 pm EST.
- PRIMARY POINT OF CONTACT:
Jaddua Johnston
Jaddua.Johnston@nih.gov
Phone: 240-569-0006
- INTRODUCTION:
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION (INCLUDING BRAND-NAME).
The Antibody Diversity Section at the National Institute on Aging (NIA) is investigating the hypothesis that patients with Alzheimer’s disease exhibit increased immune cell infiltration into the cerebrospinal fluid (CSF). To support this research, the laboratory will perform single-cell RNA sequencing (scRNA-seq) on cellular pellets from approximately 60 human CSF samples.
This requirement is for reagents necessary to partition cells into single-cell Gel Beads-in-Emulsion (GEMs) and generate barcoded cDNA libraries for downstream RNA sequencing analysis. These reagents will enable identification of immune cell populations and characterization of transcriptional differences between healthy and disease states.
- NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The North American Industry Classification System (NAICS) code for this requirement is 334516 – Analytical Laboratory Instrument Manufacturing, with a size standard of 1,000 employees.
This acquisition is not set aside for small business.
- REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-07, dated August 29, 2024.
This acquisition is conducted under the procedures prescribed in FAR Part 12 – Acquisition of Commercial Products and Commercial Services and FAR Subpart 13.5 – Simplified Procedures for Certain Commercial Products and Commercial Services.
- STATUTORY AUTHORITY
This acquisition is conducted under the authority of FAR 6.302-1 – Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements (41 U.S.C. 3304(a)(1)).
- DESCRIPTION OF REQUIREMENT:
Purchase Description
Single-cell RNA sequencing reagents compatible with the 10x Genomics Chromium platform, including:
- Library Construction Kit, 16 reactions (Part No. 1000190)
- GEM-X Universal 5' Gene Expression v3, 16 samples
- Associated shipping and handling
Salient characteristics:
The required reagents must meet the following minimum technical characteristics:
- Compatibility with the 10x Genomics Chromium Controller system currently in use at NIA
- Capability to partition individual cells into Gel Beads-in-Emulsion (GEMs)
- Support for 5’ gene expression profiling workflows
- Integrated single-cell barcoding for downstream RNA sequencing
- Validated performance for human-derived biological samples, including CSF
- Ability to generate high-quality cDNA libraries suitable for next-generation sequencing
Quantity:
Quantity 2: Library Construction Kit, 16 reactions (Part No. 1000190)
Quantity 1: GEM-X Universal 5' Gene Expression v3, 16 samples
Delivery Date: Delivery is required within 30 days after contract award.
Delivery Location:
Robert W. Maul, Ph.D.
Biomedical Research Center, Room 06C009
251 Bayview Blvd.
Baltimore, MD 21224
PERIOD OF PERFORMANCE: Not applicable. This is a supply purchase. Standard manufacturer warranty provisions shall apply.
- CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, 10X Genomics. is the only vendor in the marketplace that can provide the services required by NIA. The equipment is proprietary to its manufacturer, Interaxon Inc, and this company is the sole provider of maintenance for this equipment.
In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only 10X Genomics is capable of meeting the needs of this requirement.
The intended source is:
10X Genomics.
6230 Stoneridge Mall Road
Pleasanton, California, 94588-3260
United States
- 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.
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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.
Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number, PCA-NIA-02902. Responses must be submitted electronically to Jaddua Johnston, Contract Specialist at Jaddua.Johnston@nih.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.