Federal Bid

Last Updated on 16 Sep 2020 at 12 PM
Combined Synopsis/Solicitation
Glenside Pennsylvania

Hybrid Rheometer

Solicitation ID 1009178
Posted Date 16 Sep 2020 at 12 PM
Archive Date 06 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Nea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Glenside Pennsylvania United states 19038

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  1009178 - is issued as a request for quotation (RFQ). This solicitation  document  incorporates  provisions and  clauses which are in effect through Federal Acquisition Circular 2020-08 dated August 13, 2020.   This solicitation shall be reserved exclusively for small businesses  with a small business size standard of 1,000 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 The Hybrid rheometer should meet the following specifications. 

  • Rheometer with Dynamic Mechanical Analysis (DMA) Capability and a Peltier Plate
  • Shall have a well-designed bearing system to reduce friction and allow accurate measurements of torque in oscillation and steady shear measurements.
  • Shall Use US electric single phase 120V or below.
  • Shall be capable of applying a maximum torque of 200 mN.m. and shall be capable of using 200 mN.m of torque continuously in steady shear or creep mode.
  • The Minimum torque oscillation shall be 1 nN.m and the minimum torque in steady shear will be 3 nN.m.
  • The displacement resolution shall be 2 nrad
  • Shall have an angular velocity range to at least 300 rad/s
  • Shall have a frequency range in oscillation mode up to 100 Hz.
  • Shall include the ability to control and measure normal forces using a force rebalance transducer over a force range of 0.01 to 50 N.
  • ShallHave a normal force sensitivity of 0.005 N and a normal force resolution of 0.05 mN.
  • Shall have the ability to maintain the normal force on the sample within defined limits during any test
  • Shall have the ability to measure the viscosity of polymer melt ranges from 2 to 3,000 Pa·s (Pascal·Sec)
  • Shall be capable of operating in the following modes:      
      1. Oscillation Mode Tests:
        1. Torque/Stress sweep (linear or log) at a single frequency
        2. Frequency sweep (linear or log) at single torque
        3. Frequency sweep (linear or log) at single strain
        4. Strain/angular displacement sweep (linear or log) at a single frequency
        5. Temperature sweep at single frequency/torque
        6. Superimposed stress oscillation and steady shear
        7. Superimposed strain oscillation and steady shear
        8. Multiple simultaneous frequencies superimposed on above modes
      2. Flow Mode Tests:
        1. Controlled stress or torque sweeps.
        2. Controlled rate (1/s) or speed (rad/s) sweeps.
        3. Stress stepped flow.
        4. Equilibrium stress stepped flow (ensures material has time to respond to each level of stress).
        5. Temperature sweeps at constant stress or rate.
        6. Squeeze flow and pull off
      3. Creep Mode (transient) Tests:
        1. Constant stress creep and recovery.
        2. Automatic sensing of steady state during creep test.
        3. Stress growth
      4. Stress relaxation (transient) test
      5. The rheometer must be capable of running any of the available tests described above in one mixed procedure. In addition, while running the procedure, succeeding steps can be adapted or new steps added.
  • Shall allow for motor and geometry inertia correction in both flow and oscillation mode.

Shall  automatically zero the plate and make sure plates are parallel every time no matter operator.

  • Machine shall monitor gap in real time to ensure accurate results. 
  • Machine shall have immediate availability of torque. 
  • Machine motor shall not have heating issues under load.
  • Shall Be able to support and have representatives in the US to support/service machines if needed.
  • Shall Include Onsite installation and training.

Accessories

  • Shall include a Peltier system
  • Shall  include an oven capable of reaching temperatures of at least 600 oC.
  • Geometries will be quick changing as well as plug and play in which the software and machine will detect the correct attachments.  Must include geometries for wide-range of measurements:
    • small (20 or 25 mm) parallel plates for oven,
    • large (40 or 50 mm) smooth parallel plates for Peltier, and
    • 40 or 50 mm 1° cone plate for Peltier.
  • System must be modular and be able to add accessories later without purchasing a new machine such as:
    • concentric or double gap measuring system for very low-viscosity liquid sample measurement
    • Liquid Nitrogen capability can be added at a later time

Software Requirements

  • The Instrument operation and analysis software shall  conform to the industry-standard Microsoft Windows operation system. The instrument operation and basic analysis software shall be a native 64-bit Windows application compatible with Windows 10 pro.
  • Advanced analysis modules: In addition to the standard rheological testing platform, the instrument shall be capable of accepting the following modules to provide enhanced materials characterization functions:
  1. High-pressure rheology
  2. UV curing
  3. Sample visualization
  4. Tribo-rheometry
  5. Immobilization cell
  • The software shall offer an option that allows guided operation of the rheometer through prompts, video messages, and timers, and automation of routine analysis operations including data analysis with integrated pass/fail annotation, report generation, sending analyzed data to control charts, exporting data to .txt, .xls, .xml format  

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 - !Jnenforceability 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 Thursday  Sept. 17, 2020 by 12:00 noon  E.S.T  to [email protected].  I, John Wilkinson will respond back to all vendor questions via email referencing the above solicitation number -  by No later than Friday Sept. 18, 2020 by 12:00 noon.  Oral Communications are not acceptable in response to this requirementAll quotes are due via email to me: [email protected]  by no later than  Monday Sept.  21, 2020 by 12:00 p.m. E.S.T.  

Anticipated award date is Monday Sept. 21, 2020 after 12:00 noon  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 Sept. 20, 2020    - as both - current and active at the web site: www.beta.sam.gov  at phone no. 1-866-606-8220.

Bid Protests Not Available

Similar Past Bids

College station Arkansas 08 Jun 2010 at 10 PM
University Mississippi 18 Dec 2014 at 2 PM
Location Unknown 10 Jul 2019 at 5 PM
Lane South carolina 14 Jun 2013 at 5 PM
Blue mound Illinois 19 Oct 2009 at 3 PM

Similar Opportunities