SOURCES SOUGHT
66 -- Microencapsulation System
- Notice Date
- 5/1/2020 6:32:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B20Q04302020
- Response Due
- 5/8/2020 1:00:00 PM
- Archive Date
- 05/23/2020
- Point of Contact
- Jeffery A. Ridenour, Phone: 309-363-5914
- E-Mail Address
-
jeffery.ridenour@usda.gov
(jeffery.ridenour@usda.gov)
- Description
- Contracting Office Address Department of Agriculture, Agricultural Research Service, Pacific West Area Administrative Office, Acquisition, Personal Property & Fleet Section, 800 Buchanan Street, Albany, CA 94710 Description The USDA, Agricultural Research Service (ARS) is conducting market research to support Western Regional Research Center, Produce Safety And Microbiology for a encapsulation system that can produce spherical beads or capsules. This feature is very significant to our research needs as we are working on encapsulating viruses and precise embedding bead size (0.20 � 0.40 mm) is critical. Encapsulate various materials into a polymeric or wax matrix. Microencapsulation under open working conditions with integrated nozzle heating and liquid pumping by air pressure. Standard polymers to produce the bead and capsules are alginate, gelatin, wax, gum, proteins, cellulose, whey protein. The bead or capsule size is pre-selectable in the range of 0.15 mm to 2 mm with a spherical shape, a narrow particle size distribution and a productivity rate up to 6�000 beads per second. � This is a Sources Sought notice. This is NOT a solicitation for quotations. The purpose of this notice is to obtain information.� North American Industry Classification System (NAICS) code for the proposed acquisition, 334516. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The government is seeking capability statements from businesses capable of meeting the below minimum specification requirements: � Encapsulation system: Encapsulator B-390 (Brand name or Equal) System: 110-240V, 50-60Hz and 150W System Controls: Regulation of vibration frequency, electrostatic dispersion, heating and air pressure Frequency 40 to 6,000 Hz Electrode tension 250 to 2,500 V Air pressure 1.5 bar Nozzle heating: Integrated heating of the bead production unit Up to 70 �C Pressure bottles: 250 ml � 2L glass volume working pressure up to 1.5 bar volume through-put from 2ml up to 2L Small footprint can easily fit on the bench top and or fume hood 32 � 29 � 34 cm 7 kg Respondents shall furnish sufficient technical information necessary for the Government to conclusively determine that they are capable of meeting the technical requirements identified above. Firms believing they can meet the requirements are encouraged to respond electronically with no less than the following information: � Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number, and email address; � Sufficient descriptive literature that unequivocally demonstrates that offered equipment will meet or exceed above specifications; � Descriptive material necessary for the government to determine whether the service offered meets the technical requirements; � Interested Parties must respond with capability statements by email to jeffery.ridenour@usda.gov on or before May 8, 2020 at 3:00 PM Central Standard Time. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR QUOTE. � Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. The government is not responsible for locating or securing any information, not identified in the response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. � Point of Contact Mr. Jeffery Ridenour, Contract Specialist, 2413 Nashville Road, Bowling Green, KY. 42101; Phone 309-363-5914; Email: jeffery.ridenour@usda.gov. Place of Performance USDA ARS Western Regional Research Center 800 Buchanan Street Albany, CA. 94710
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/635dfda532f84b5bb6cc5ffa71effe6f/view)
- Place of Performance
- Address: Albany, CA 94710, USA
- Zip Code: 94710
- Country: USA
- Zip Code: 94710
- Record
- SN05643426-F 20200503/200501230145 (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 |