SOURCES SOUGHT
66 -- Model 306 HPLC Pump Control Module
- Notice Date
- 5/13/2009
- Notice Type
- Synopsis
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Institutes of HealthNational Library of Medicine6707 Democracy Blvd.Rm. 770BBethesdaMD20817
- ZIP Code
- 20817
- Solicitation Number
- NIHDK2009176
- Response Due
- 5/22/2009
- Archive Date
- 6/21/2009
- Point of Contact
- JOSEPHOWITZ, LISA S +1 301 594 7725, josephol@mail.nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health (NIH), National Library of Medicine, National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Acquisitions Branch is conducting a market survey to determine the availability and technical capability of qualified small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal to Model 306 HPLC Pump Control Module, specifically designed for multi-pump systems, 306 pump must be controlled by either Gilson HPLC System. The following specifications must be met:PUMP COMPONENTS3602661 Model 306 HPLC Pump Control Module. Specifically designed for multi-pump systems, the 306 pump must be controlled by either a Gilson HPLC System Controller or Gilson Model 305 Programmable HPLC Pump.360551T Model 10 WT1 Titanium Pump Head. Flow rate range is 0.050 to 10 ml/min. Maximum operating pressure is 8700 psi with 305/306/307 pump modules. Stroke volume is 79.2 ul.361735 Model 805 Manometric Module. Low dead volume pulse dampener/transducer reduces residual pulsation to less than 1% of system operating pressure. For use with Model 305/306 pumps. Flow rate range of 0.025-10 ml/min; maximum pressure of 8700 psi.3626111T 811D Titanium Analytical Mixer for 1.0 to 10ml/min flow rate, 1.5 ml; 110/220V210382 Assembly package for binary gradient HPLC systems (stainless steel) Includes prime/purge valve, apparatus mast, clamps and mounting hardware, plus tubing, fittings and cables.DETECTOR COMPONENTS10105511 155 Dual Wavelength UV/VIS Detector with 12 ul, 5 mm analytical flow cell/accessory kit. Programmable, variable wavelength detector with single, dual and scan wavelength detection options; 190-700 nm.FRACTION COLLECTOR COMPONENTS LISTED BELOW 171043 Model FC 204 Fraction Collector, includes FC204 prep valve (5 to 200 mL/min.), polypropylene tray, platform for elevating tray and inlet tubing, 110/220V, 60 Hz.150422 Code 21 rack for 60 13x100 mm tubes, 9 ml.150422 Code 21 rack for 60 13x100 mm tubes, 9 ml.150422 Code 21 rack for 60 13x100 mm tubes, 9 ml.150422 Code 21 rack for 60 13x100 mm tubes, 9 ml. COMMUNICATION INTERFACE COMPONENTS LISTED BELOW362831 506C System Interface Module for bidirectional communication between computer and Gilson instruments. Provides four contact inputs and six contact outputs for control of peripheral devices.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 and 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 firms 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 Governments 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 10 days prior to close of business (5:00 P.M. local time at designated location) on May 22, 2009. Responses by fax or e-mail WILL NOT BE ACCEPTED. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHDK2009176/listing.html)
- Record
- SN01815737-F 20090515/090513233028 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |