PISTON GRADIENT FRACTIONATOR
1. PN: 152
Fractionator Base Unit (100-240v)
With User Manual, Water Level Gauge, Fractionator Advance Cable, Spare
Valve Assembly, Spare Oring And Carbide Ball, 1 M 1/16" Teflon Tubing.
Specify Voltage - Quantity (1) EA
FRACTIONATING TUBE MOUNT
2. PN: 151-114A -
SW41 Tube Mount and Accessories
Tube holder for 9/16" (14mm) X 3 1/2" (Sw41) with a box of 50 PolyclearTM
open top Sw41 ultracentrifuge tubes, retainer cap, cursor, 2 piston tips and
seals - Quantity (1) EA
3. PN: 151-125 - SW28 Tube Mount and Accessories System
Tube holder for 1" (25mm) X 3 1/2" centrifuge tubes (Sw28/Sw32) with a box
of 50 1" X 3 1/2" PolyclearTM open top Sw28 ultracentrifuge tubes, retainer
cap, cursor, 2 piston tips and seals - Quantity (1) EA
SETON CENTRIFUGE TUBES (REQUIRED FOR USE WITH THE FRACTIONATOR)
4. PN: 151-514A - SW41 - Box Of 50 9/16" X 3 1/2" PolyclearTM Open Top Ultracentrifuge Tubes, Required for Use in The Fractionator - Quantity (1) EA
5. PN: 151-525 SW28/SW32 - Box Of 50 1" X 3 1/2" PolyclearTM Open Top Ultracentrifuge Tubes, Required for Use in The Fractionator - Quantity (1) EA
GILSON FRACTION COLLECTION SYSTEM
6. PN: 151-203 - Gilson Fraction FC-203B Collector mfg# 171011 100-240v
Compatible W/O 3-Way Diverter Valve. Finger and Solid Block Tube Holders
Included - Quantity (1) EA
7. PN: 151-203-1.5E - Gilson Fraction FC-203B Rack, Code 29 60 X 1.5 Ml Eppendorf Tubes; Gilson P/N 2704342 - Quantity (1) EA
TRIAX FLOW CELL
8. PN: FC-2-UV&VIS-260 - Triax flow cell for dual UV or UV/Fluorescence scans (FC Software included) Triax core flow cell with dual UV input (260 and 280 nm LEDs) and output modules and a dual UV/VIS input module with a 260nm LED installed.
One supplemental Fluor kit (FC-2-FK-XXX) included. - Quantity (1) EA
9. PN: FC-PC-R - Laptop, HP or Lenovo
14" factory refurbished laptop w/ WindowsTM 7 and Flow cell software
preinstalled. 1 yr. warranty - Quantity (1) EA
Interested small business firms with the capability of providing all of the required products shall submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b)whether or not this procurement will be set-aside for any of the programs described above.
The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 1000 employees. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, so that the Government can determine the experience and capability of your firm to provide the products above. A copy of the capability statement must be received at the contracting office address/designated location: 6710B Rockledge Drive, 1159B, Bethesda, MD 20892 - ATTN: Tina Robinson or sent via email to [email protected] prior to 9:00 a.m. eastern standard time on September 11, 2018. Capability statement must reference solicitation# NICHD-18-177. Submission by email must also reference solicitation # NICHD-18-177 on the subject line of the email. Capability statement/responses by fax will not be accepted. Any questions must be sent via email to [email protected] and must include solicitation# NICHD-18-177 on the subject line of email. Capability statements, etc will not be returned to firm/sender. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.