CLIN 1 - QTY 1 - Electronic Tongue
USDA ARS has a requirement for an Electronic Tongue device to differentiate between samples with the same degree of sensitivity as a taste panel.
Within the flavor project, our laboratory (USDA, ARS, U.S. Citrus & Subtropical Laboratory; 600 Avenue S, NW; Winter Haven, FL 33881) has been equipped with gas chromatographs and liquid chromatographs with various detectors (mass spectrometry, flame ionization and human nose). Our laboratory has also purchased one of the first commercially available electronic noses, and many publications have resulted using this instrument. Recently, our laboratory has increased its. Sensory evaluation testing capacity. While sensory evaluation is absolutely necessary to set industry standards for food products, instrumental measurements are often preferred as they are usually cheaper than using human taste panels. Electronic nose technology has proven effective and accurate at predicting flavor quality in fruit and fruit juices. Preliminary tests performed with USDA orange juice samples with the electronic tongue showed that juice made with fruit from trees affected by the Huanglongbing (HLB) disease could be well differentiated. An electronic tongue instrument would adequately complement the data currently obtained with the electronic nose and the taste panels, and provide standards of quality to the industry using this approach, combined with volatile and non-volatile compounds analyzed by chromatography.
Specifications:
The electronic tongue should be able to differentiate between samples with the same degree of
sensitivity as a taste panel. It should be built for food and beverages applicati.ons. It should be
equipped with an auto-sampler and the software to process the data should be compatible with
the software used to process electronic nose data. While there is active University research on
electronic sensors, only two companies make these instruments available commercially.
Shipping is to be included. Evaluation of quotations will be made based on price and suitability of equipment to meet the needs of the research unit. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.225-33. All sources wishing to provide a quotation must respond by 5:00 PM, July 26, 2010. Quotations should be addressed to USDA Agricultural Research Service, 2001 S. Rock Road, Fort Pierce, FL 34945. POC April Brooks, Contracting Officer, 772/462-5809. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, photographs, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The anticipated award date is July 27, 2010. All responsible sources may submit a quotation which shall be considered by the agen