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
    29--INJECTOR ASSEMBLY,F
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 200 units of the Injector Assembly, NSN 2910015690390, under a Total Small Business Set-Aside. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated eight orders per year and a guaranteed minimum quantity of 30 units. The Injector Assembly is critical for engine performance and reliability, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.
    EPPEENDORF Research Equipment
    Buyer not available
    The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking quotes for the procurement of Eppendorf Research Equipment, specifically various models of pipettes. The request includes specific volume capacities for the pipettes, including 0.5-5mL purple, 100-1000L blue, 20-200L yellow, and 2-20L yellow, with the aim of enhancing laboratory capabilities at ORNL. This equipment is crucial for analytical laboratory functions, ensuring precise liquid handling in research applications. Proposals are due by November 14, 2025, at 4:00 PM EST, and interested vendors should direct inquiries to Brittanie Mack-Brewster at mackbrewstbc@ornl.gov.
    34--WELDING MACHINE,RES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two welding machines, specifically NSN 3432016509422. These machines are essential for military operations and maintenance, ensuring the readiness and capability of defense equipment. The solicitation is a Request for Quotation (RFQ) and will be available electronically, with no hard copies provided; interested vendors must submit their quotes electronically. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected to DLA Distribution Red River within 168 days after order placement.
    Clipper Eclipse 324 Machines
    Buyer not available
    The USDA Forest Service is seeking to procure five Clipper Eclipse 324 seed processing machines to enhance forest seed cleaning and processing operations, supporting reforestation efforts across multiple states. The procurement includes essential components such as hoppers and variable speed bottom fans, with delivery required to various nurseries and an extractory. These machines are crucial for increasing efficiency and capacity within the USFS National Nursery System, and the contract is set aside for A.T. Ferrell Company, Inc. Interested contractors must submit their offers, including a completed SF-1449 and price proposal, via email to Nicholas Zane by November 18, 2025, at 1700 CDT, with evaluations primarily based on price. For further inquiries, contact Kayla Herriman or Nicholas Zane at their respective email addresses.
    66--PROBE,TEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 139 units of the NSN 6625010594279 PROBE, TEST. This solicitation is a Total Small Business Set-Aside, aimed at sourcing a specific testing probe that is critical for various defense applications. The procurement process is conducted via a Request for Quotation (RFQ), and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer listed in the solicitation document or contact the DLA at DibbsBSM@dla.mil, with quotes due within 230 days after the award date.
    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.
    73--Equipment IST - FTRD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of Equipment IST - FTRD, specifically for National Stock Number (NSN) 7310GM5022323. The procurement includes two line items, each requiring delivery to the Commander within 120 days after the order date. This equipment is crucial for food preparation and serving, highlighting its importance in supporting military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    LIQUFIER MODULE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Liquifier Module. This procurement aims to ensure the operational readiness of critical fluid measurement devices, which are essential for various naval applications. The government requires a Repair Turnaround Time (RTAT) of 91 days, with all repairs subject to Government Source Inspection and specific quality assurance standards. Interested contractors should submit their quotes, including pricing and RTAT, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456, as this solicitation is issued under Emergency Acquisition Flexibilities and emphasizes expedited delivery.