Illinois Bids > Bid Detail

Twin Screw Extruder

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159442492209784
Posted Date: Aug 15, 2023
Due Date: Aug 28, 2023
Solicitation No: 12505B23Q0152
Source: https://sam.gov/opp/2b4c660fa7...
Follow
Twin Screw Extruder
Active
Contract Opportunity
Notice ID
12505B23Q0152
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: Aug 15, 2023 05:06 pm CDT
  • Original Date Offers Due: Aug 28, 2023 11:59 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3620 - RUBBER AND PLASTICS WORKING MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery 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 12505B23Q0152 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 333248 - All Other Industrial Machinery Manufacturing; with a small business size standard of 750 employees and the PSC code is 3620. This solicitation is a 100% Total Small Business Set-Aside.



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



001) Twin Screw Extruder



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 lab scale Research and Development twin-screw co-rotating extruder.



Background:



In order to develop new products using renewable polymers, the ability to process and modify them using the most economical means must be studied. Extrusion processing is the most economical means to process biopolymers. Twin screw extruders provide the greatest degree of mixing along their length. It is possible to take advantage of this by adding various non-reactive (plasticizer) or reactive (capable of chemically modifying the polymer) agents along the length of the extruder. In this way, polymer modifications can be carried out with minimal solvent, and therefore very little waste. The ability to process a small amount of material (to increase safety and reduce cost), have a high maximum temperature (to allow the processing of high melting polymers) and have a motor capable of supplying high amount of torque (so that very thick polymer melt systems can be processed).



Technical Requirements:




  • System will supply 60 Nm or more to the two shafts with screw speed (@ torque) up to 300 rpm or more / motor power 5 KW (7HP) or more.

  • Multi-zone (3 or more), individual electrically heated/water cooled and controlled with die exit max temp > 300 C, able to measure die pressure (max pressure 80 bar or more).

  • Able to feed powder or pellets at a rate at low end of less or equal to 20 gr/min; at high end of more than or equal to 30 gr/min.

  • Must be movable (on wheels) with floor space less than 110" x 36".

  • Screw size 16-22 mm.

  • Length to diameter ratio of max of 38-42 (4:1 L/D) - able to add or remove heating blocks (may require purchase of additional shafts).

  • Provide 4 or more shafts and preliminary element set - including various kneading, conveying, reverse elements, spacers and additional screw tips.

  • Able to add liquid or solids to at least 3 locations along barrel.

  • Electrical service 480-volt, 3 phase, 60 hz, 80 amp or less.

  • Must be stand-alone - all components required to run are supplied.

  • On site set-up (note, must be delivered using a truck with a “lift gate”) & training.

  • Must meet NEC and/or NFPA safety regulations.



Travel:



To 1815 North University Street, Peoria, IL 61604 for delivery, installation, and training.



Security Requirements:



A copy of an official government photo ID (State-issued driver’s license or ID card, passport, green card, etc.) must be provided no later than one week before arrival of contract service technician(s) except in the case of emergency service, were only the name of the technician provided via email or telephone will be necessary. Security access to the NCAUR facility will be provided based on this identification requirement. Freight drivers must comply with NCAUR COVID-19 pandemic guidelines to include the wearing of face masks and maintaining 6 foot social distancing.



Key Deliverables:




  • Twin Screw Extruder

  • Four Shafts

  • Basic Set of Screw Elements

  • Computer Set for Equipment Control

  • Screw Design Software

  • Delivery Using a Truck with a Lift Gate

  • Installation

  • Training



Delivery:



Equipment must be delivered using a truck with a “lift gate” to 1815 North University Street, Peoria, IL 61604 with installation and training completed within 365 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 presented herein will 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 shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition 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 provisions) 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 FAR clauses, a Statement of Work (SOW), Specifications, Basic Set of Screw Elements, and FAR 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.



In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please provide a completed copy of the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services), and FAR 52.225-18 (Place of Manufacture), with any quote.



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



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 or e-mail at www.sam.gov. 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.



As the Buy American Act applies to this acquisition, vendors should provide the full legal name of the manufacturer as well as the manufacturing location’s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred.



Also, be certain all quotes included the vendor’s 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.



Quotes must include an example picture or diagram, and description of the new mattress system for review.



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. Invoices to be billed quarterly in arrears.



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, August 23, 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, August 28, 2023 at 11:59 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0152” and/or title of the solicitation “Twin Screw Extruder” 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 could potentially 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
  • Aug 15, 2023 05:06 pm 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 >