TPS-110/ TPS-INSTALU TPS-STARTKIT
TPS-11 0 TRIBUTETM -Automated 2 Channel, Solid-Phase, Bio-Organic Synthesizer
(110VAC, 50/60Hz), with Semi-automated cleavage. Complete with embedded computer, TRIBUTETM software, color flat Touch screen monitor and cables, PTI_PREDICT Software, safety shield, 20 Liter single waste container, safety-coated solvent bottles (3 x 1L, 2 x 4L), 12 collect tubes, standard one year warranty, Onsite installation and training for 2 days by a PTI trained technical support person, including running verification test peptides Tribute start-up kit, complete with 98 pre-filled AA bottles with activator (all 20 natural amino acids in O.5mmol, 1.5mmol and 2.5mmol scales and test peptide AA) Reaction Vessels (Prelude 10 ml disposable reaction vessels, 30 RV ,45 ml RV's 30 RV), Fmoc-L-Gly Wang Resin (0.1mmol scale), Rink Amide MBHA Resin (0.1mmol scale), Deprotectant (0.9L), and Base (0.9L)
PPS-RV -PREP STAT
Prelude/Tribute Reaction Vessel Preparation Station, 10mI and 40ml sizes.
TPS-USR-WRK-UTL
User Workstation Utility (Allows user access to print formatted reports, Setup Programs and Sequences remotely and import via USB to TributeTM on the' PC)
TPS-IR-OPT
Two individually controlled IR heating units, with software and heating control systems 2x 10 ml glass RV and 2X 40 ml glass RV
TPS-IR-FULL
Full service cent act after the first year warranty period is over
Mandatory Requirements:
The use of infrared (IR) heating speeds up the process of solid phase peptide synthesis, and the presence of two peptide synthesis channels that can be run simultaneously is also important for improved workflow. The Tribute is the only instrument to provide two peptide synthesis channels both with independent IR control and these features are required for maximum improvement of work flow to ongoing research protocols.
The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation.
This request is for interested firms with the capability of providing the required equipment listed above are requested to 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 500. 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, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis by no later than 5 days prior to close of business (5:00 P.M. local time at designated location) on September 10, 2012. 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.
Confidentiality- No proprietary, classified, confidential, or sensitive information should be
included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."