SOLICITATION NOTICE
66 -- Model TPS500S Lab Instrument
- Notice Date
- 6/23/2020 3:54:07 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1006321
- Response Due
- 7/3/2020 8:59:00 PM
- Archive Date
- 07/18/2020
- Point of Contact
- John C. Wilkinson, Phone: 3015043443
- E-Mail Address
-
john.wilkinson@ars.usda.gov
(john.wilkinson@ars.usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- V The following requirement is a Pre-Solicitation Notice -��No. 1006321 - �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. 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 unrestricted basis �- �referencing � NAICS - North American Industrial Classification Code 334516. .�� �SHIP TO ADDRESS � USDA,� BELTSVILLE, MARYLAND 20705 Minimum requirements - Statement of work � sole source (for Lab instrument, TPS -500S) Specifications for: USDA isd �working on the mathematical model development and computer (numerical) simulation for food intervention processing/technology to predict the foodborne pathogen inactivation under different stresses. Accurate and comprehensive food property data (a function of temperature) for different foods are required to achieve the goal and to enhance food safety. USDA needs�to measure or obtain the food property data as a function of temperature to best predict the lethality, to analyze and quantitate the inactivation potentials. To do so, a very effective and reliable instrument for food physical property measurement is essential: 1. Required the instrument can perform measurement of thermal conductivity (0.03 to 100 W/mK which covers frozen foods), thermal diffusivity and specific heat capacity of different foods (e.g. solids, powders, pastes, gels and high-viscosity liquids) in one unit with 5% accuracy and 2% repeatability. The unit should be able to measure food property at temperature range of -20 to 150 C, i.e. temperature-dependent data, to include the frozen foods. 2. Required the instrument can provide high accuracy with sample geometry being flexible to accommodate any foods to be tested. 3. Required the instrument can provide (or need) simple/easy sample preparation procedures and short/fast testing time (e.g. less than one minute). 4. Required the unit use Standard Software Module and Windows PC. TPS 500S unit: (the HD05S-BASIC) is the unique instrument which can provide many physical property measurement functions with a wide range of temperature (-20 to 150 C, temperature dependent) and different materials (a variety of foods) in a short time (2.5 second to 60 second using one-dimensional module). The physical food properties include thermal conductivity (0.03 to 100 W/mK which covers 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. (Circulating Bath, and Heat Exchanger) provide the precious temperature control including heating and cooling and ensure the operation at -20 to 150 C with temperature stability of 0.01 C ���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.acqulsition.gov/far. 52.212-5 - Commercial Items (FEB 2016) 52.204-7 - System for Award Management ( JULY 2013) 52.204-13 - System for System for Award Management Maintenance ( JAN 2014) 52.204-16 - Commercial and Government Entity Code Reporting (JULY 2015) 52.204-16 - Commercial and Government Entity Code Maintenance ( JULY 2015) 52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations - Representation ( NOV 2015) 52.212-1 - Instructions to Offerers Commercial Items (OCT 2015) 52.212-4 - Contract Terms and Conditions-Commercial Items ( NOV 2015) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - Enforceability 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) Vendors who believe they can provide the above, are invited to submit substantiating documentation via email �by no later than July 3, 2020 �- via email to the following point of contact: John.Wilkinson@usda.gov. No late quotes or vendor questions will be accepted. Oral Communications are not acceptable in response to this requirement. Anticipated award date Is July 6,�2020. Important Note: At the time of the above anticipated award date, the low quote vendor that can meet all of the above requirement, must � already - �have their companies Dun and Bradstreet Number - -mandatorlly - already be registered by July 3, 20200 �- as both - current and active at the web site: www.sam.gov at phone no. 1-866-606-8220.� PLEASE REPLY VIA EMAIL TO: John.Wilkinson@usda.gov � with Your quote by July 3, �2020 The following requirement is a Sources �Sought� �Notice �No. 1005348 - �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. 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 unrestricted basis �- �referencing � NAICS - North American Industrial Classification Code 334516. .�� �SHIP TO ADDRESS � USDA, NEA, AGIL, BELTSVILLE, MARYLAND 20705 Minimum requirements for the following - INDENTICALLY REQUESTED ITEMS � NO SUBSTITUTE ITEMS; �APPLE, INC. MANUFACTURED ITEMS �FOR A QUANITY OF� EACH - are as follows for a - �Apple Mac Pro Tower, Z0W3;� and Pro display XDR, Standard Glass, �MWR2DLL/A; AND A Pro Stand, MWVRE2LL/A � Specifications for a We are working with big data generated from next generation sequencing. Each data file contains about 20 million to 80 million DNA or RNA sequencing reading row data.� A single sequencing data set is about 40 GB or even larger. ����������� We have to use computer to map those sequencing row data to animal genome, to analyze and quantitate sequencing data. To do so, a very powerful computer is essential: 1.����� Required computer should have a powerful processor with multi cores to process large amount of data with high speed. This computer should also have at least 1 TB PCle-based flash storage capacity. �With PCle-based flash storage, applications launch fast, big projects open quickly and more responsive. 2.����� Required computer should have enough memory (at least 192 GB of� DDR4 ECC memory, with flexibility to increase the memory if needed) with high bandwidth to support commercial sequencing data analysis software and handle big data files.� This computer should also equip with a high performing graphic processor such as Radeon Pro 580X3 GM of GDDR5 V with 8 GB RAM of GDDR5 memory. 3.����� Analyzing sequencing data will also generate large amount processed data, therefore required computer should have the connectivity with high bandwidth to connect external data storage device (with USB3, Thunderbolt 2, dual Gigabit Ethernet).� ��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.acqulsition.gov/far. 52.212-5 - Commercial Items (FEB 2016) 52.204-7 - System for Award Management ( JULY 2013) 52.204-13 - System for System for Award Management Maintenance ( JAN 2014) 52.204-16 - Commercial and Government Entity Code Reporting (JULY 2015) 52.204-16 - Commercial and Government Entity Code Maintenance ( JULY 2015) 52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations - Representation ( NOV 2015) 52.212-1 - Instructions to Offerers Commercial Items (OCT 2015) 52.212-4 - Contract Terms and Conditions-Commercial Items ( NOV 2015) 52.223-1 - Bio-Based Product Certification (MAY 2012) 52.232-39 - Enforceability 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) Vendors who believe they can provide the above, are invited to submit substantiating documentation via email �by no later than June 21, 2018, - via email to the following point of contact: John.Wilkinson@usda.gov. No late quotes or vendor questions will be accepted. Oral Communications are not acceptable in response to this requirement. Anticipated award date Is June 22, 2020. � Important Note: At the time of the above anticipated award date, the low quote vendor that can meet all of the above requirement, must � already - �have their companies Dun and Bradstreet Number - -mandatorlly - already be registered by June 21, 2020 �- as both - current and active at the web site: www.sam.gov at phone no. 1-866-606-8220.� PLEASE REPLY VIA EMAIL TO: John.Wilkinson@usda.gov � with Your quote by June 22, 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9ebd0ef4c2747d0ae418fbc2368aa24/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN05700504-F 20200625/200623230143 (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 |