Cryostatic Cooling Device
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) is soliciting quotations for a Cryostatic Cooling Device (model CCD2) for its Food Processing & Sensory Quality Research Unit in New Orleans, LA. This acquisition is a Small Business Set-Aside. Quotations are due by April 3, 2026, at 5:00 PM ET.
Scope of Work
The requirement is for one Cryostatic Cooling Device, model CCD2 (part number 015740-940-02), including shipping and installation. The device must feature up to two channels, a cryogen-free cryostatic chiller module, and be directly compatible with the Gertel MPS2 instrument (equipped with a TDU and CIS4 cooled injection port). It must be capable of cooling the injection port to –40°C.
Contract & Timeline
This is a combined synopsis/solicitation for commercial items, anticipating a single Firm-Fixed Price Contract award. Delivery is requested 90 days after award and must be F.O.B. Destination to USDA, ARS, FPSQRU, 100 Allen Toussaint BLVD, New Orleans, LA 70124. Early deliveries are accepted. Offerors must hold prices firm for 90 calendar days from the date specified for receipt of offers.
Evaluation Criteria
Award will be made to the offeror representing the best value to the Government, based on three criteria:
- Technical Approach: Evaluated for soundness, compliance with requirements, ability to meet schedule, and clear explanation of any unmet requirements.
- Price: Assessed for fairness and reasonableness. Offerors must provide pricing for all line items.
- Past Performance: The Government may review references, past USDA contracts, and CPARS to determine if performance is acceptable or neutral. Award will go to the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral. No tradeoffs will be conducted.
Key Compliance Requirements
Offerors must comply with various Federal Acquisition Regulation (FAR) and United States Department of Agriculture Acquisition Regulation (AGAR) clauses. Specific requirements include commodity and packaging regulations (FDA, FSMA, Bioterrorism Act, CONEG, USDA labeling standards), Advance Shipment Notice (ASN) and unloading appointment procedures, unitization (palletized and stretch-wrapped shipments), and U.S. Origin Products for agricultural commodities. Compliance with Current Good Manufacturing Practices (cGMP), Plant Survey or Plant Systems Audit (PSA), and FDA Food Facility Registration Number requirements are also mandatory.
Submission Details
Questions regarding this solicitation must be submitted via email to lynn.hults@usda.gov by April 1, 2026, at 3:00 PM Central Time. The solicitation name and number should be included in the subject line.