1. Product Code: 004-600 - Wes System, A capillary-based nano-immunoassay sized based separation platform. Systems includes instrument, computer, Windows® operating system, Compass software (10-seat license), and one-year warranty that includes depot service
Quantity (2) EA
2. Product Code: PS-N001 - Wes Training Support, Comprehensive training that includes hands-on training for up to three people conduct on site by a ProteinSimple field application scientist. Includes a Wes Training Kit (PS-T001), time and travel - Quantity (2) EA
3. Product Code: SM-W004 - 12-230 kDa Wes Separation Module, 8x 25 capillary cartridges, Use with a Detection Module. Reagent for 200 data points include two parts: Separation box w/8 Capillary Cartridges (25 capillaries per cartridge), 8 Wes 12-230 kDa Pre-filled Plates (pre-filled w/Separation Matrix 2, Stacking Matrix 2, Split Running Buffer 2 and Matrix Removal Buffer), Sample Buffer, Wash Buffer (Store at RT), plus Standard Pack 1 clamshell w/8 ea. DTT, FL Standard master mix w/29 kDa System Control Protein. (Store at 4C) - Quantity (1) EA
4. Product Code: DM-001 - Anti-Rabbit Detection Module for Wes, Peggy Sue or Sally Sue, use with a Wes or Sally Sue/Peggy Sue Separation Module. Includes: Luminol-S, Peroxide, Antibody Diluent 2, Anti-Rabbit Secondary Antibody, Streptavidin-HRP - Quantity (1) EA
5. Product Code: DM-002 -- Anti-Mouse Detection Module for Wes, Peggy Sue or Sally Sue, use with a Wes or Sally Sue/Peggy Sue a Separation Module. Includes: Luminol-S Peroxide, Antibody Diluent 2, Anti-Mouse Secondary Antibody, Streptavidin-HRP. - Quantity (1) EA
Interested small business firms with the capability of providing all the required products and services/support 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 and service/support 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 10:00 a.m. eastern standard time on August 7, 2017. Capability statement must reference solicitation# NICHD-17-164. Submission by email must also reference solicitation # NICHD-17-164 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-17-164 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.