Illinois Bids > Bid Detail

Fully Automated Differential Scanning Calorimeter

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159384903179858
Posted Date: Sep 18, 2023
Due Date: Sep 25, 2023
Source: https://sam.gov/opp/6aaf88b19a...
Follow
Fully Automated Differential Scanning Calorimeter
Active
Contract Opportunity
Notice ID
12505B23Q0370
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 18, 2023 08:39 am CDT
  • Original Date Offers Due: Sep 25, 2023 11:59 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Peoria , IL 61604
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0370 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated NAICS is 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of less than 1,000 employees and the PSC is 6680. This solicitation is unrestricted (“Full and Open”).



The United States Department of Agriculture, Agricultural Research Service (USDA-ARS) has need of the following product(s):




  • Fully Automated Differential Scanning Calorimeter



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office's Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Center for Agricultural Utilization Research (NCAUR) located at 1815 North University Street, Peoria, IL 61604 is requesting quotes for a fully automated differential scanning calorimeter.



Technical Requirements:



Delivery, installation, and familiarization of a fully automated differential scanning calorimeter (DSC) for analyzing changes in heat flow, temperature and reaction time associated with melting, freezing and other phase transitions in fats, oils, and their products. The instrument will be capable of analyzing glass transition, melting point, polymorphic transitions, crystallization, freezing point, oxidation and curing reactions and specific heat.



A DSC measures heat flow by scanning two pans under identical conditions. One of the pans is empty (the reference pan) and the other pan contains the sample. By taking a “differential” (heat flow through the sample pan minus heat flow through the reference pan), the resulting value represents the heat flow of the sample material absent its pan. Changes in heat flow are used to analyze melting and crystallization transitions of pure and mixtures of compounds. The heating furnace should be capable of reaching an upper operating temperature of at least 550 °C. Many experiments will be conducted within temperature ranges below room temperature in the sub-ambient range. Therefore, the DSC instrument should be equipped with a mechanical cooler capable of reaching an operating temperature of −90 °C. Instrument software provides programmed control of heating and cooling temperature ramps, isothermal scans, an autosampler for placing and removing sample pans and mass flow controllers for switching purge gases within the measurement cell. The software records data and analyzes the results, graphs the data and exports tabulated data and graphs to electronic format for interpreting the results.



Features, Components, Accessories, Modules, Software and/or Services to be included:




  1. Automated DSC with built in furnace and integrated mechanical cooling for sub-ambient analyses.

  2. Touch screen user interface.

  3. Integrated programmable autosampler for placing and removing sample pans from the measurement cell.

  4. Automated cell cover.

  5. Mass flow controllers for automated switching of at least two cell purge gases.

  6. Desktop personal computer (PC) for instrument control and analysis of DSC scans.

  7. Flat-screen monitor, 24 in or greater.

  8. Software for control of experiments, analysis of results and export of data and charts.

  9. Controller software with multi-tasking capability to simultaneously run four or more separate thermal analytical instruments.

  10. Modulated-temperature DSC capability.

  11. Start-up operating tools and supplies.

  12. Instrument options (to be acquired later): a) Photocalorimeter; and b) Microscope and camera imaging of real time DSC scans.

  13. Onsite installation and training.



Specifications




  1. Heating furnace/mechanical cooling capable of operating at temperatures in the range −90 °C or lower, to +550 °C or higher.

  2. Integrated programmable autosampler with at least 30 tray positions.

  3. Automated control of cell purge gas including switching between two gases, heating, cooling and isothermal scans, calibration runs and autosampler operation.

  4. Controlled heating rate = 0.01 to 100 °C/min or better.

  5. Controlled cooling rate = 0.01 to 20 °C/min or better.

  6. Baseline linearity (flatness)
  7. Baseline repeatability
  8. Temperature accuracy = ± 0.05 °C, maximum.

  9. Temperature precision = ± 0.01 °C, maximum.

  10. Indium response ratio (height/width) > 15 mW/°C (no mathematical manipulation).

  11. Enthalpy precision = ± 0.1 %, maximum.

  12. Sample sizes = 0.1 to 20 mg.

  13. Programmable to perform heat flux measurements under controlled heating and cooling rates.

  14. Real-time data collection and end point detection for each analysis.

  15. Graphical display of results showing changes in heat flow as a function of time or sample temperature.

  16. Power requirements: U.S.-compatible (230 VAC, 50/60 Hz, single phase).



Key Deliverables:




  • Fully Automated Differential Scanning Calorimeter

  • Delivery

  • Installation

  • Training



Delivery:



The delivery of this instrument will require a lift gate. Equipment will be delivered to 1815 North University Street, Peoria, IL 61604 within 60 days of award.



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Submitting a Quote:



Failure to demonstrate compliance with all instructions may constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Vendors responding to this announcement are to submit their quote in accordance with FAR 52.212-1. The applicable FAR/AGAR clauses and provisions are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award.



Vendors responding to this announcement shall submit their quote along with all other requested and required documentation (such as completed FAR/AGAR clauses and provisions) that are to be included as part of all offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



The solicitation attachments include a fillable PDF, additional information, FAR/AGAR clauses, a Statement of Work (SOW), a sole source justification (for YSI products), and FAR/AGAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



The FAR/AGAR clauses and provisions constitute the terms and conditions for submitting a quote in response to the solicitation as well as the terms and conditions of the anticipated award. The FAR/AGAR provisions apply to the solicitation and submission of quotes. The FAR/AGAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR/AGAR clauses will be included as part of the resulting award. Please review ALL of the FAR/AGAR clauses and provisions included in the attachments. The FAR clauses 52.212-4 and 52.212-5 as well as the FAR provisions FAR 52.212-1 and FAR 52.212-2 are applicable to this solicitation. The clauses listed under FAR 52.212-5(a) are applicable to all solicitations. The clauses marked with an X under FAR 52.212-5(b) and (c) are applicable to this solicitation. The evaluation criteria of FAR 52.212-2 is outlined in the next paragraph.



It is strongly advised that a completed copy of the FAR provision FAR 52.212-3 be included with the submission of all quotes (especially if the applicable NAICS or a NAICS with the same or lower small business threshold is not included in a vendor’s SAM registration). A copy of FAR 52.212-3 is provided in the attachments.



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days or until September 30, 2023.



To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code.



Also, be certain all quotes included your full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award.



Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than Wednesday, September 20, 2023 at 11:59 PM Central Time (CT). Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.



Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Monday, September 25, 2023 at 11:59 PM Central Time (CT).



NOTE: Be absolutely certain to reference the solicitation number “12505B23Q0370” and/or title of the solicitation “Fully Automated Differential Scanning Calorimeter” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so may result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 18, 2023 08:39 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >