SOLICITATION NOTICE
66 -- Instrument for Physical Property Measurement
- Notice Date
- 7/23/2020 8:45:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1009355
- Response Due
- 7/31/2020 9:30:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- John C. Wilkinson, Phone: 3015043443
- E-Mail Address
-
john.wilkinson@usda.gov
(john.wilkinson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A AMENDMENT TO THE FOLLOWING SOLICITATION - WITH�USDA - �ANSWERING - ALL VENDOR QUESTIONS - LISTED DIRECTLY BELOW - ������ 1. Is the same supplier permitted to submit more than 1 offer with different configurations (quotes)? USDA�S Answer: � � Yes, vendors may submit multiple quotes. However they must be separate and distinguishable from one another and otherwise complete as individual quotes.� 2.������ Does the researcher have their own environmental chamber in lab that can meet their temperature requirements, or are they looking to procure a dedicated chamber to satisfy the temperature specifications? USDA�S Answer: There is no environment chamber available in lab, the instrument should have the capability to maintain at any specified temperature for the thermal conductivity and�heat capacity measurements of foods which are�temperature dependent (e.g. -10C to 100C). If the researcher has an environmental chamber, how important is it that an environmental chamber be included in the quote? USDA�S Answer: No environment chamber in lab.� 3.������ What would�examples of the high viscosity liquids be?� Honey, peanut butter, plant-based oils or some other? USDA�S Answer: The high viscosity liquids may include the gelatin-type material, i.e. soft tissue in animal meats. ������ 4.���� Do all Vendors�need to provide any documents to show that we are bidding with a new (non refurbished/used) instrument? USDA Answer: Only New Instruments are applicable ������ 5. ����� Is it possible to bid with a refurbished unit to lower the price? USDA�S Answer: No Refurbished Instruments. 6.������ For the powder samples that are being characterized, can you provide the range of�granule�size expressed in mm ?�� USDA�S Answer:� The powder particle sizes will be within ranges of food flavorings and seasonings currently used in food industry. ������ 7. ��� Is there future interest by any other colleagues to measure thermal conductivity? If yes what samples (soil, geological, textiles, foams, etc.) ? USDA�S Answer:� No.����� The instrument will be used to measure the thermal conductivity/heat capacity of meats (raw, cooked or in between). The applications�will be for food safety related�researches - to simulate the�meat cooking/cooling processes, to predict the lethality of foodborne pathogens, etc.� The�thermal conductivity/heat capacity are temperature dependent especially�during the phase change stages (frozen�to room temperature and etc.). ������ 8. ����� What sample type is the number 1 priority ? USDA�S Answer:� Meats�and meat products (e.g. poultry, beef, etc.)� 9.������ Is pricing the most important factor to win, or are advanced capabilities (above and beyond spec) more important ?� USDA�S Answer: Award will be based on Best Value, Lowest Price, That is Technically Acceptable ________________________________________________________________________________________ This is a combined Synopsis/solicitation for the United States �Department of Agriculture, �Agriculture Re search Service, �prepared in accordance with the format to Subpart 12.6, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation, quotes are being requested and a written notice, will not be issued. Solicitation Number �1009355 - is issued as a request for quotation (RFQ). This Solicitation �document �incorporates �provisions and �clauses which are in effect through Federal Acquisition Circular 2020-06 dated June 5, 2020.� �This solicitation shall be reserved exclusively for small businesses� with a small business size standard of 1000 employees - referencing North American Industrial Classification Code 334516. �� �SHIP TO ADDRESS � 600 E. Mermaid Lane - �Wyndmoor, Pennsylvania 19038 ��� Please make sure You include (Not to Exceed) Shipping Charges to the address listed directly above � when submitting Your quote. � Minimum requirements � Instrument for Physical Property Measurement Minimum Requirements - 1) Can deliver/perform measurement of thermal conductivity, thermal diffusivity and specific heat capacity of many foods at temperature range -20 to 150 C (e.g. solids, powders, pastes, gels and high-viscosity liquids) in one unit. 2) Can deliver/provide high accuracy with sample geometry being flexible. 3) Need simple/easy sample preparation procedures and short/fast testing time (e.g. less than one minute) Minimum Requirements in details (specifications): The required instrument shall be able to provide many physical property measurement functions (i.e. thermal conductivity, thermal diffusivity and specific heat capacity) with a wide range of temperature (-20 to 150 C, temperature dependent) and different materials (a variety of foods - solids, powders, pastes, gels and high-viscosity liquids) in a short period time (2.5 second to 60 second using one-dimensional module). The physical food properties shall include thermal conductivity (ranges from 0.03 to 100 W/mK to cover/include frozen foods), thermal diffusivity, specific heat capacity, etc. with 5% accuracy and 2% repeatability. Sample size/shape is flexible which can accommodate almost any foods to be tested. The system uses Standard Software Module and requires Windows PC. The system shall provide the sound/accurate temperature control including heating and cooling and ensure the operation at -20 to 150 C with temperature stability of 0.01 C Clauses/Provisions Incorporated by reference: This requirement incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed at the following address: https//www.acquisition.gov/far. 52.212-5 - Commercial Items (JULY 2020) 52.204-7 - System for Award Management (OCT 2018 ) 52.204-13 - System for System for Award Management Maintenance ( OCT 2018) 52.204-16 - Commercial and Government Entity Code Reporting (JULY 2016) 52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations - Representation ( NOV 2015) 52.212-1 - Instructions to Offerers Commercial Items (JUNE 2020) 52.212-4 - Contract Terms and Conditions-Commercial Items ( OCT 2018 ) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - Unenforceability of Unauthorized Obligations ( JUNE 2013) 52.232-40 - Providing Accelerated Payments to Small Business Sub� contractors (DEC 2013) 52.237-2 - Protection of Government Buildings, Equipment and Vegetation (APR 1984) ___________________________________________________________________________________________________________ No late vendor quotes or vendor questions shall be accepted referencing the above solicitation number. �All Vendor Questions, �are due via email by no later than Friday July 24, 2020 by 12:00 noon E.S.T �to John.Wilkinson@usda.gov. �I, John Wilkinson will respond back to all vendor questions via email referencing the above solicitation number - �by No later than Wed. July 29, 2020 by 12:00 noon. �Oral Communications are not acceptable in response to this requirement.� All quotes are due via email to me: John.Wilkinson@usda.gov �by no later than �12:00 p.m. E.S.T. �on July 31, 2020. Anticipated award date is August 3, 2020 �or shortly thereafter. �Important Note: �the vendor who offers the - ���Best Value to the Federal Government - � �which meets all of the above USDA end-user requirements-specifications shall be awarded a USDA Purchase Order.� Special Note � The vendor - �must � already - �have their companies Dun and Bradstreet Number --mandatorily - already be registered by��July 31, 2019 �- as both - current and active at the web site: www.beta.sam.gov �at phone no. 1-866-606-8220.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fe092486c95e49fd821352cbb07405a1/view)
- Place of Performance
- Address: Glenside, PA 19038, USA
- Zip Code: 19038
- Country: USA
- Zip Code: 19038
- Record
- SN05731961-F 20200725/200723230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |