Wire Ties for the USDA, AMS, Cotton & Tobacco Program
ID: 12639525Q0061Type: Solicitation
Overview

Buyer

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

NAICS

Other Fabricated Wire Product Manufacturing (332618)

PSC

PLATE, SHEET, STRIP, FOIL, AND WIRE: PRECIOUS METAL (9545)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide wire ties for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract lasting five years, with the government anticipating the award to be made around March 31, 2025. The wire ties are critical for agricultural operations, particularly in the cotton industry, and must meet specific technical specifications and compliance with the Buy American Act. Interested vendors must submit their quotations, including samples and required documentation, to Contract Specialist Matthew Phillips at matthew.phillips3@usda.gov by the deadline of March 12, 2025, to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
This solicitation, numbered 12639525Q0061, is an indefinite-delivery, indefinite-quantity (IDIQ) contract for wire ties required by the USDA, Agricultural Marketing Service (AMS), Cotton & Tobacco Program. Vendors are asked to submit price quotations for various quantities of 10-gauge wire bale ties, with specific minimum guarantees required for different classing offices across the U.S., including locations in Texas, Louisiana, Georgia, Tennessee, and California. The contract consists of five ordering periods, spanning from May 1, 2025, to April 30, 2030, each with specified quantities but with shipping costs determined at the order level. Each line item represents minimum obligations to be fulfilled upon contract award, with detailed provisions for delivery to designated cotton classing offices. The document emphasizes compliance with submission instructions, caught attention on completing price quotations for the required supplies. This solicitation reflects the USDA's ongoing procurement efforts to maintain essential tools for their agricultural operations while ensuring that vendors understand the importance of submitting bids that are both compliant and competitive.
The document outlines a Solicitation (12639525Q0061) for wire ties intended for USDA's Agricultural Marketing Service (AMS) as part of the Cotton & Tobacco Program. It specifies an indefinite-delivery, indefinite-quantity (IDIQ) contract for wire bale ties, highlighting minimum guarantees for various classing offices located across the U.S. including Corpus Christi, Rayville, Abilene, and others. The contract encompasses five one-year ordering periods commencing from May 1, 2025, to April 30, 2030, with required completion of specified pricing in yellow-shaded cells. The document indicates that specific shipping costs will be identified separately for each delivery order based on quantities and destinations. The emphasis is on ensuring that vendors accurately provide unit prices and quantities to meet the government's procurement needs. This procurement initiative emphasizes the necessity for accurate bids and logistics while adhering to federal guidelines for contractual agreements. The summary highlights the structured approach to sourcing vital supplies for agricultural operations, reflecting the USDA's commitment to supporting the cotton industry.
The "Vendor Experience & Past Performance Sheet" is a standardized document used by contractors participating in government contracts, particularly in response to RFPs (Requests for Proposals) and grant applications. This document essentializes the contractor's credentials by gathering detailed information about previous contracts, including the contractor's name, contract number, role, performance dates, and whether a Contractor Performance and Assessment Report (CPARS) was completed. It requires the submission of the total contract value, a description of services provided, any unique contract requirements, and details about challenges encountered and their resolutions. Customer identification details, including agency contact information, are also necessary. By collecting this information, the document facilitates the evaluation of a contractor’s experience and reliability, supporting informed decision-making in the procurement process. Overall, it serves as a tool for assessing the qualifications and past performance of vendors seeking federal and state contract opportunities.
The document outlines the Federal Acquisition Regulation (FAR) representations and requirements for vendors regarding telecommunications equipment and services, especially focusing on compliance with sections of the John S. McCain National Defense Authorization Act. It specifically prohibits contractors from providing certain telecommunications and video surveillance services that pose national security risks. Offerors must affirm their compliance status and disclose information if they use "covered telecommunications equipment or services." The document further emphasizes the necessity for offerors to review the System for Award Management (SAM) for any exclusions related to these services. Additionally, it details compliance standards under the Federal Acquisition Supply Chain Security Act (FASCSA), prohibiting the use of covered articles as defined by FASCSA orders. Key definitions for various business concern categories, including small, disadvantaged, and veteran-owned businesses, are provided to guide offerors in their self-assessment for eligibility under federal contracts. These regulations ensure that vendors maintain national security standards and ethical business practices while navigating federal contracting processes. The structure organizes definitions, prohibitions, procedures, representations, and compliance requirements, presenting a comprehensive framework that governs vendor participation in federal procurements and grants.
The document outlines the requirements for the Buy American Certificate associated with solicitation number 12639525Q0061. It mandates that the Offeror certifies each end product as a domestic product unless specified otherwise. Specifically, it requires the identification of any foreign end products along with details such as country of origin and percentage of domestic content exceeding 55%, particularly for those not composed predominantly of iron or steel. The Offeror must distinguish between domestic end products containing critical components and foreign products and provide specified line item numbers. Definitions for terms such as "commercially available off-the-shelf (COTS) item" and "critical component" can be found in the related "Buy American-Supplies" clause. The government evaluates submissions based on the Federal Acquisition Regulation (FAR) guidelines. This document serves to ensure compliance with domestic sourcing policies in government procurement, emphasizing the importance of domestic content in products offered to the government.
Mar 21, 2025, 11:05 PM UTC
Mar 21, 2025, 11:05 PM UTC
The document outlines a solicitation for the procurement of wire bale ties by the USDA under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The acquisition includes two types of wire (10 gauge, 10’ and 10 gauge, 10’ 3”) to be supplied to various USDA Cotton Classing Offices across the U.S. The initial purchase orders involve a minimum guarantee of 14,575 wire ties across several locations, with specific quantities designated for each office. The contract spans five ordering periods from May 2025 to April 2030, with provisions for the USDA to place orders at their discretion based on established unit prices. Shipping costs will be determined as per individual delivery orders. The document also references various Federal Acquisition Regulations (FAR) clauses applicable to the contract, including provisions for small business set-asides and safeguarding of contractor information systems. Overall, the contract emphasizes compliance with industry standards and the ability to manage orders flexibly while ensuring adherence to regulatory requirements. This solicitation reflects a systematic approach to procurement in alignment with federal budget and supply chain management strategies.
The document is a Request for Proposal (RFP) issued by the USDA's Animal and Plant Health Inspection Service (APHIS) for the procurement of wire bale ties. It outlines the terms and conditions for a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract from May 1, 2025, to April 30, 2030. The RFP specifies initial quantities required for various USDA Cotton Classing Offices, detailing minimum guarantees for different types and lengths of wire ties. Delivery orders will be issued based on stated performance periods, with emphasis on shipping costs being determined at the order level. Key regulations and clauses that apply to the contract are also listed, highlighting compliance requirements for contractors, including small business considerations. The document serves as a comprehensive guideline for contractors interested in bidding, while promoting transparency and adherence to federal acquisition regulations.
Mar 21, 2025, 11:05 PM UTC
Feb 18, 2025, 4:05 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Tortillas for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA) is soliciting bids for the supply of tortillas as part of its Agricultural Marketing Service (AMS) Commodity Procurement Program, specifically under invitation number 12-3J14-25-B-0297. The procurement aims to provide whole wheat frozen tortillas in 8" and 24/1 LB packaging for domestic food assistance programs, with a 50% set-aside for small businesses to encourage participation. Deliveries are scheduled between July 1 and September 30, 2025, and bids must be submitted electronically by May 2, 2025, with awards announced by May 12, 2025. Interested parties can contact Terry Lutz at terry.lutz@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information regarding the solicitation and vendor qualification requirements.
USDA RFID Livestock ID Ear Tags for Swine
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking suppliers for plastic tamper-evident low frequency radio frequency identification (LF RFID) ear tags for swine, designated as 840 USDA Official ID button-type tags. The primary objective of this procurement is to develop and implement a comprehensive plan for the identification, procurement, and distribution of these RFID ear tags to enhance swine traceability across the United States. These tags play a crucial role in the official identification of swine, thereby supporting livestock traceability and public health initiatives. Interested vendors can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further details regarding the solicitation, which is identified as 12639525RR0002.
Section 32 Fresh Peaches for use in Domestic Food Assistance Programs.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of fresh peaches to support domestic food assistance programs. The solicitation aims to ensure the delivery of high-quality produce, with specific requirements for compliance with Agricultural Acquisition Regulations (AGAR) and Federal Acquisition Regulations (FAR), including potential small business set-asides and price evaluation preferences for HUBZone small businesses. This procurement is vital for maintaining the supply of fresh fruits in USDA programs, with bids due by May 5, 2025, and all submissions must be made electronically through the USDA Web Based Supply Chain Management (WBSCM) system. Interested vendors should contact Ashley Train at ashley.train@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Raw Shelled Peanuts for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of Raw Shelled Peanuts intended for domestic food assistance programs. This solicitation emphasizes the need for compliance with USDA quality standards, including grading and aflatoxin levels, and is primarily set aside for small businesses, allowing for varied pricing based on specified delivery locations. The successful contractor will be responsible for ensuring timely delivery and adherence to federal regulations, with bids due by April 28, 2025, and deliveries scheduled between September 1 and September 30, 2025. Interested parties can contact Terry Lutz at terry.lutz@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Rice for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of rice through its Agricultural Marketing Service's Commodity Procurement Program, under solicitation number 12-3J14-25-B-0306. This opportunity emphasizes the inclusion of small businesses, requiring large firms to source products from small businesses if they do not manufacture the goods themselves, and mandates compliance with food safety regulations. The rice will be utilized in domestic food assistance programs, with deliveries expected between July 1 and September 30, 2025, and bids are due by April 30, 2025. Interested vendors must submit their offers via the Web-Based Supply Chain Management System and can contact Terry Lutz at terry.lutz@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
84--CABLE TIE,HELMET
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of cable ties for helmets, specifically under National Stock Number (NSN) 8470-14-555-6565. The solicitation includes four lines, each requiring a quantity of 100 units to be delivered to the Travis Association for the Blind, with delivery deadlines ranging from 330 to 420 days after order placement. These cable ties are crucial for individual equipment and insignia, ensuring operational readiness and safety for military personnel. Interested vendors can submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
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.
Section 32 Fresh Table Grapes for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting offers for the procurement of fresh table grapes intended for domestic food assistance programs, including the National School Lunch Program. Vendors must comply with specific requirements, including active registration in SAM.gov and WBSCM, as well as certifications in USDA Good Agricultural Practices (GAP) and Good Handling Practices (GHP). This procurement is crucial for ensuring that schools receive high-quality, domestically sourced fresh produce, with deliveries scheduled between June 2, 2025, and July 30, 2025. Interested parties should submit their bids by May 2, 2025, and can contact Ashley Train at ashley.train@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Section 32 Fresh Table Grapes for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting bids for fresh table grapes to support domestic food assistance programs, including the National School Lunch Program. Vendors are required to submit offers by May 6, 2025, with deliveries scheduled from August 4 to December 17, 2025, and must comply with USDA's Good Agricultural Practices (GAP) and Good Handling Practices (GHP). This procurement is significant for enhancing school nutrition and supporting U.S. agricultural producers, with all products required to be grown domestically. Interested parties should ensure their registrations with SAM.gov and WBSCM are current and may contact Ashley Train at ashley.train@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
Section 32 Frozen And Canned Vegetables (Asparagus)for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of frozen and canned asparagus intended for use in domestic food assistance programs, including the National School Lunch Program. The solicitation outlines specific quality standards and delivery timelines, with bids accepted from April 15 to April 25, 2025, and deliveries scheduled between June 15 and October 31, 2025. This procurement underscores the government's commitment to providing nutritious food options for federally funded programs, ensuring compliance with detailed regulatory standards. Interested vendors should direct inquiries to Glenn Reid at glenn.reid@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov, and must submit bids electronically via the USDA’s Web-Based Supply Chain Management System (WBSCM).