Mini Injector Molder
ID: 12505B25Q0084Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for a Mini Injector Molder, with the solicitation number 12505B25Q0084. The procurement aims to acquire a benchtop injection molder, preferably the ThermoFischer Scientific’s HAAKE Mini-Jet Pro or an equivalent, which will be utilized for preparing test specimens necessary for tensile and dynamic mechanical analysis, particularly focusing on biopolymers and polymers. The contractor is required to provide installation, testing, calibration, and training on the equipment, along with a one-year warranty, with delivery expected within 120 days post-purchase order. Interested parties must submit their quotes electronically to Brian Brusky at brian.brusky@usda.gov by 3:00 PM Central Time on May 9, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the provisions and clauses applicable to federal government contracts, especially those relating to Request for Proposals (RFPs) and qualifications necessary for offerors. It includes references to several Federal Acquisition Regulation (FAR) clauses regarding the System for Award Management, commercial product evaluation, alternative proposals, and security acts. Key provisions emphasize necessary certifications for bidders, including measures against forced labor, the Buy American Act, small business classifications, and compliance with specific regulations regarding telecommunications that influence national security. The document specifies forms and representations offerors must complete, covering areas such as tax compliance, affiliations with small and disadvantaged businesses, and adherence to labor standards. It nurtures transparency in contracting by requiring disclosure of parent companies, lobbying activities, and any potential conflicts due to prior convictions or tax liabilities. The overall purpose of this document is to ensure that entities engaging with the federal government adhere to stringent ethical and operational standards in line with prevailing laws and regulations, promoting accountability and fair practices in public procurement.
    The document outlines the Request for Proposals (RFP) for the acquisition of a benchtop injection molder, specifically the ThermoFischer Scientific’s HAAKE Mini-Jet Pro or an equivalent model. The primary objective is to utilize this equipment for the preparation of test specimens necessary for tensile and dynamic mechanical analysis. Key requirements for the injection molder include compact dimensions, capability for small-scale operations, temperature range specifications, and the inclusion of specific molds for testing while ensuring the presence of a chiller unit for mold cooling. The contractor must also provide installation, testing, calibration, and user training, alongside a one-year warranty. The government will coordinate the delivery and installation, providing suitable facilities for equipment operation. The expected delivery timeline for the equipment is within 120 days post-purchase order. This procurement reflects the government’s initiative to enhance research capabilities in material testing, particularly focusing on biopolymers and polymers. The document is structured to convey the technical specifications, contractor requirements, delivery logistics, and government support for the execution of the project.
    Lifecycle
    Title
    Type
    Mini Injector Molder
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    66--REFRACTOMETER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 refractometers under solicitation number NSN 6650014543678. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 5 units. Refractometers are critical instruments used in various laboratory and industrial applications to measure the refractive index of liquids, thereby aiding in quality control and material analysis. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The deadline for quote submissions is not specified in the overview, but timely responses are encouraged.
    CHEESE, PROCESSED for use in Domestic Food Assistance Programs.
    Buyer not available
    The Department of Agriculture's Agricultural Marketing Service (AMS) is seeking offers for the procurement of processed cheese products intended for domestic food assistance programs. This solicitation, identified as Solicitation Number 12-3J14-25-B-0516, includes various cheese items totaling approximately 42,530,400 pounds, with delivery to multiple locations across the United States on a firm-fixed-price basis. The products are crucial for supporting food assistance initiatives, and potential contractors must meet specific vendor qualification requirements established by AMS. Interested parties should submit their offers by October 6, 2025, and can contact Jenny Babiuch at jenny.babiuch@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Buyer not available
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    AG TRACTOR REPAIR PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide compatible repair parts for a John Deere Model 6615 tractor, as outlined in a Combined Synopsis/Solicitation. The procurement includes various components such as fuel injectors, injection nozzles, and hydraulic parts, which are essential for maintaining the operational readiness of military equipment. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in government contracting. Interested parties can reach out to Robert Bero at robert.a.bero.civ@army.mil or call 315-772-8483 for further details regarding the submission process and requirements.
    49--SHOP EQUIPMENT,INST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of shop equipment, specifically the NSN 4940016299499, with a requirement for four units to be delivered to DLA Distribution Red River within 168 days after order. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small enterprises in the defense supply chain. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Creaform Scan-To-CAD Pro + Inspection & Training (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of specialized metrology equipment, specifically the Creaform Scan-To-CAD Pro + Inspection software, along with associated hardware and training services. Vendors are required to provide an "All Inclusive" Firm Fixed Price (FFP) quote that encompasses all costs, including freight and handling, with no additional charges permitted on the purchase order. This equipment is crucial for precise measurement and quality assurance in various industrial processes, aligning with BNL's commitment to high standards in scientific research and development. Interested vendors must ensure they are registered in the System for Award Management (SAM) and submit their quotes, including a published price list or supporting documentation, to Beth Gilman at gilman@bnl.gov by the specified deadline.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.