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
    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.
    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.
    Similar Opportunities
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Agriculture, Department Of
    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.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The Department of Agriculture, through the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), effective September 18, 2025. This solicitation outlines the contract clauses and provisions necessary for USDA's domestic food distribution programs, emphasizing the procurement of agricultural commodities through commercial items and sealed bidding, while integrating updates from the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The document is crucial for ensuring compliance with U.S. origin product requirements and mandates electronic bid submissions via the Web-Based Supply Chain Management (WBSCM) system. Interested vendors can find more information and resources on the USDA website and should direct inquiries to Kyla Stoufer at Kyla.Stoufer@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective March 20, 2025. This solicitation outlines the framework for procuring agricultural commodities for U.S. Government international food assistance programs, emphasizing compliance with the Federal Acquisition Regulation (FAR) and recent executive orders, including updated clauses on greenhouse gas emissions and equal opportunity. The MSCP-I serves as a critical guide for bidders involved in programs such as Food for Peace and McGovern-Dole Food for Education, ensuring that all commodities originate from the U.S. and meet stringent quality assurance standards. Interested vendors can find more information and submission requirements on the USDA's website at www.ams.usda.gov/commodity-procurement.
    Final Supplement 213 Beef Special Trim, May 2025
    Agriculture, Department Of
    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.
    Updated Master Solicitation for Commodity Procurements - International Programs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), which will be applicable for solicitations issued on or after September 11, 2025. This solicitation outlines the contractual framework for international food assistance purchases, emphasizing compliance with updated FAR and AGAR clauses, including provisions related to delivery instructions, regulatory requirements, and penalties for non-compliance. The procurement is crucial for ensuring that commodities meet the "all-products-of-the-United-States" requirement and that bidders understand the solicitation and bid submission processes through the WBSCM system. Interested vendors can reach out to Valerie Dinkel at Valerie.Dinkel@usda.gov for further information, and they are encouraged to visit the USDA's commodity procurement website for additional details.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective May 7, 2025. This solicitation outlines the updated contract clauses and provisions for vendors interested in supplying commodities for international food assistance programs, emphasizing the importance of compliance with the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The MSCP-I serves as a critical resource for potential bidders, detailing qualification processes, delivery instructions, and payment procedures, ensuring that vendors understand the requirements for successful contract awards. Interested parties can find more information and guidelines on the USDA's website at www.ams.usda.gov/commodity-procurement.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued an updated Master Solicitation for Commodity Procurements for Domestic Programs, effective February 13, 2024. This solicitation outlines the requirements for purchasing agricultural commodities, particularly for programs such as the National School Lunch Program, and includes significant updates to federal acquisition regulations and contract clauses. The procurement process emphasizes that all commodities must originate from the U.S., and bidders are required to utilize the Web Based Supply Chain Management (WBSCM) system for submissions, ensuring compliance with safety standards and timely delivery. Interested parties can reach out to David C. Jackson at davidc.jackson@usda.gov or call 816-823-1142 for further information.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after June 13, 2025. This solicitation outlines the requirements and procedures for vendors interested in supplying agricultural commodities for USDA domestic food distribution programs, including critical initiatives like the National School Lunch Program and Emergency Food Assistance. The MSCP-D emphasizes compliance with Federal Acquisition Regulations (FAR) and Agricultural Acquisition Regulations (AGAR), detailing vendor qualifications, required documentation for electronic bidding, and strict delivery guidelines to ensure quality and adherence to FDA regulations. Interested vendors can find more information and access the solicitation details on the USDA's commodity procurement website at https://www.ams.usda.gov/commodity-procurement.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), effective September 30, 2025. This solicitation outlines the contract clauses and provisions necessary for procuring various agricultural commodities intended for domestic food distribution programs, emphasizing compliance with new regulations on Anti-Discrimination and Diversity, Equity, and Inclusion (DEI). The procurement process is crucial for ensuring the availability of U.S.-sourced commodities for USDA Foods, with detailed requirements for bid submissions, delivery instructions, and regulatory compliance. Interested vendors are encouraged to review the Master Solicitation and related documents, and may contact Kyla Stoufer at Kyla.Stoufer@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.