Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
ID: SSnotice12639526R0001Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    Cattle for National Animal Vaccine & Veterinary Countermeasures Bank (NAVVCB) Potency Study of foot and mouth disease
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure cattle for the National Animal Vaccine & Veterinary Countermeasures Bank (NAVVCB) to conduct a potency study of foot and mouth disease. This procurement aims to ensure the availability of live animals, not raised for food, which are critical for evaluating vaccine efficacy and developing veterinary countermeasures. The performance will take place in Ames, Iowa, and is vital for maintaining animal health and preventing disease outbreaks. Interested parties can reach out to Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535 for further details regarding this opportunity.
    FPPS Animal Handling and Welfare, April 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has announced an updated Federal Purchase Program Specification (FPPS) for Animal Handling and Welfare, effective April 2025. This procurement focuses on establishing humane animal handling protocols for facilities processing bovine, porcine, and ovine species, requiring compliance with the Meat Institute's guidelines, employee training programs, and a quality management plan. The initiative aims to enhance animal welfare practices throughout the supply chain, ensuring that facilities undergo regular audits to maintain eligibility for AMS programs. Interested parties should review the updated specifications and prepare for compliance to meet the outlined requirements.
    Final Supplement 213 Beef Special Trim, May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking contractors for the procurement of Beef Special Trim (Fresh/Frozen) as part of federal nutrition assistance programs, with an updated Supplement 213 effective until May 2025. Contractors must adhere to specific eligibility criteria, including a competitive bidding process and the submission of technical proposals that demonstrate compliance with quality assurance methods, animal welfare standards, and food safety regulations. This procurement is crucial for ensuring a reliable supply of high-quality beef products that meet federal standards, thereby supporting various USDA programs. Interested parties should review the detailed requirements outlined in the Supplement and prepare their proposals accordingly, as compliance will be monitored by AMS's Quality Assessment Division.
    Software License for the Comforte Secure Terminal Emulation Package for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure a software license for the Comforte Secure Terminal Emulation Package for its Agricultural Marketing Service Cotton & Tobacco Program. This procurement involves an annual license fee for the proprietary CERS J6530 software, which is essential for accessing cotton classification data and is exclusively available from ComForte, Inc., the sole vendor capable of providing necessary support and updates. The total estimated cost for this license is $25,198.45, with a performance period running from January 1, 2023, to December 31, 2023. Interested parties can reach out to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.
    Final Supplement 212 and Supporting FPPS’s for Boneless Beef Products, May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is seeking contractors to supply Fresh Chilled Boneless Beef Products for food and nutrition assistance programs, with an updated Supplement 212 and Supporting FPPS’s for May 2025. Contractors must submit technical proposals that detail production processes, quality assurance measures, and compliance with animal welfare standards, ensuring that only products meeting stringent safety and quality standards are eligible for USDA contracts. This procurement is vital for maintaining high-quality beef supplies for federal nutrition programs while promoting food safety and animal welfare practices. Interested parties should refer to the updated guidelines in the provided documentation for submission requirements and compliance assessments, as well as the importance of maintaining domestic product origins.
    Supplement 602 Lamb Products - September 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking qualified contractors for the procurement of frozen lamb products as outlined in the updated Supplement 602 for September 2025. This opportunity requires compliance with various standards, including domestic origin certification, food defense protocols, and adherence to animal welfare practices, with a Quality Assessment Division (QAD) grader present during production. The lamb products are intended for federal food and nutrition assistance programs, emphasizing the importance of humane handling and quality assurance in the supply chain. Interested parties should review the detailed requirements and submit their proposals in accordance with the guidelines provided in the Supplement, with further inquiries directed to the AMS office.
    Supplement 211 Ground Beef Items- May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is seeking contractors for the procurement of frozen ground beef products under the updated Supplement 211 Ground Beef Items for May 2025. This opportunity includes specific requirements such as adherence to domestic origin standards, updated processing timelines for frozen boneless beef, and compliance with FDA sodium limits for lean beef patties. The goods are essential for Food and Nutrition Assistance Programs, ensuring high standards of public health and safety in federally distributed food products. Interested contractors must submit technical proposals detailing their production processes and quality control measures, with evaluations conducted by the Quality Assessment Division to ensure compliance with federal specifications. For further details, contractors should refer to the official notice and prepare submissions in accordance with the outlined requirements.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.