New Bale Press and Conveyor System with Scissor Lift-Tilt Table for the USDA, AMS, Cotton & Tobacco Program Memphis, TN Cotton Classing Office
ID: 12639525Q0161Type: Solicitation
Overview

Buyer

DEPARTMENT OF AGRICULTUREANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

HARVESTING EQUIPMENT (3720)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), specifically the Agricultural Marketing Service (AMS), is soliciting bids for the removal of an existing bale press and the installation of a new full eject bale press, automated conveyor system, and scissor lift-tilt table at the Memphis Classing Office in Tennessee. The contractor will be responsible for providing all necessary labor, materials, equipment, and ongoing maintenance services to ensure the new system operates efficiently, adhering to the specifications outlined in the Statement of Work. This procurement is crucial for the USDA's Cotton & Tobacco Program, as it enhances operational capabilities in cotton classing. Interested vendors must submit their quotations by August 22, 2025, and can direct inquiries to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA, Agricultural Marketing Service (AMS), Cotton and Tobacco Program, is seeking quotes for the removal of an existing bale press and the delivery and installation of a new full eject bale press and automated conveyor system with a scissor lift-tilt table at the Memphis Classing Office. This solicitation, 12639525Q0161, requires the contractor to provide all necessary labor, materials, equipment, parts, permits, insurance, supervision, and transportation. The project includes disassembling and removing the old system, followed by the delivery and installation of the new system as specified in the Statement of Work (SOW). Additionally, the contractor must provide ongoing maintenance, including routine/preventive services and scheduled inspections, to ensure the equipment operates at optimum efficiency in accordance with manufacturer recommendations. The total firm fixed-price quotation should cover the entire project, including training, a minimum one-year warranty, and maintenance.
    The document is an "Attachment 2 Vendor Experience & Past Performance Sheet" designed for federal, state, and local government RFPs and grants. Its main purpose is to collect detailed information about a contractor's past performance and experience. The form requires identification of the contractor, contract number, role (Prime, Subcontractor, or Joint Venture), dates of performance, and whether a Contractor Performance and Assessment Report (CPARS) was completed. It also asks for the contract's address, total value, and specific details about the buildings serviced, including names, square footage, and types of services provided. Contractors must describe the type of space serviced (e.g., Commercial Warehouse, Federal Facility) and detail all contract requirements, special conditions, and how any problems were resolved. Additionally, the form requests comprehensive customer identification, including name, title, agency/company, address, telephone, and email. This attachment serves as a standardized tool for government agencies to evaluate a vendor's relevant experience and past performance in a structured manner.
    Attachment 3 of Solicitation 12639525Q0161 outlines mandatory vendor representations and certifications for federal contracts, focusing on compliance with various Federal Acquisition Regulation (FAR) clauses. Key provisions include FAR 52.204-24, which prohibits the provision or use of covered telecommunications and video surveillance equipment or services from specific foreign entities, requiring disclosure if such equipment or services are used. FAR 52.204-29 addresses the Federal Acquisition Supply Chain Security Act (FASCSA) orders, preventing contractors from using prohibited covered articles or sources and mandating disclosures for any non-compliance. Additionally, FAR 52.212-3 details comprehensive offeror representations and certifications, covering aspects such as business size (small, veteran-owned, women-owned, disadvantaged, HUBZone), equal opportunity, Buy American Act compliance, trade agreements, responsibility matters, child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, prohibition on contracting with inverted domestic corporations or entities engaging in certain activities related to Iran, ownership, and delinquent tax liability or felony convictions. Offerors can complete many of these certifications via SAM.gov but must provide specific disclosures if they cannot certify compliance, allowing the Government to consider waivers. This attachment ensures contractors meet federal procurement integrity and security standards.
    The USDA Agricultural Marketing Service (AMS) is soliciting proposals for the removal and installation of new equipment at its Cotton Classing Office in Memphis, TN. The project includes the removal of an existing bale press and the installation of a new full eject bale press, automated conveyor system, and a scissor lift-tilt table. Vendors are expected to provide comprehensive services, including all necessary labor, materials, transportation, permits, and insurance. Additionally, the contract will require ongoing maintenance services to ensure optimal performance and adherence to manufacturer recommendations, including regular inspections and preventative maintenance. Proposals must include a total fixed-price quotation covering all aspects of the project, along with a minimum one-year warranty and training for staff. This solicitation underlines the USDA’s focus on improving operational efficiency in the Cotton and Tobacco Program through updated machinery and support systems.
    The document outlines a standardized Vendor Experience & Past Performance Sheet, utilized in federal and state RFP processes. It requests detailed information regarding the contractor's previous projects, including the contractor's name, role, contract number, performance dates, and completion of the Contractor Performance and Assessment Report (CPARS). Key elements of service delivery are captured, such as the total contract value, building specifics (name, square footage), type of serviced space, and comprehensive contract requirements. Vendors must outline all services rendered, including any unique contract stipulations and how challenges were addressed. The customer identification section requires contact details of the agency or company involved. This structured format enables thorough evaluation of a vendor's capabilities and performance history, facilitating informed decision-making in contract awards. Overall, the document serves as a critical tool for ensuring accountability and reliability in government contracting.
    This document outlines the Vendor FAR Representations (Solicitation 12639525Q0161) related to telecommunications and video surveillance services or equipment as mandated by the Federal Acquisition Regulation (FAR). It emphasizes the prohibition against procuring covered telecommunications equipment under Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors are required to complete representations regarding the provision and usage of such equipment or services, ensuring they have conducted a reasonable inquiry. The document details the necessary disclosures an Offeror must provide if they answer affirmatively on the use of covered equipment or services, including the entity producing the equipment and descriptions of the offered services. It also touches on the Federal Acquisition Supply Chain Security Act Orders, emphasizing compliance checks against excluded parties in the System for Award Management (SAM). Additionally, the document includes specific instructions for identifying small business classifications, representations regarding tax liabilities, and requirements related to federal contracts. Overall, the material aims to ensure transparency and security in federal contracting processes related to telecommunications and technology, reinforcing compliance with established federal laws.
    This government document is an amendment to a solicitation or a modification of a contract, primarily using Standard Form 30 (SF 30). It outlines the procedures for acknowledging receipt of amendments, detailing methods such as completing specific items on the form, acknowledging on offer copies, or sending separate communications. The document emphasizes that failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. It also provides instructions for various fields on the SF 30, including contract ID codes, effective dates, issuing office details, contractor information, and accounting data. The current amendment specifically includes a "Questions and Answers" document for informational purposes related to USDA APHIS solicitations.
    The document is an amendment to a solicitation or a modification of a contract, specifically Standard Form 30 (SF 30), used in federal government procurement. Its primary purpose is to outline the procedures for acknowledging receipt of amendments, modifying existing offers, and detailing the various sections and instructions for completing the form. Key instructions cover effective dates for different types of modifications, proper identification of issuing offices, contractor details, and accounting data. The amendment provided within the document specifically extends the due date for quotations from August 15, 2025, to August 20, 2025, and includes an updated
    The document is Amendment 0001 to Solicitation 12639525Q0161, issued by USDA APHIS, which serves to update and extend the deadline for quotations. Key changes include the addition of an updated "Questions and Answers" document, providing responses to vendor inquiries. The due date for quotations has been extended from August 20, 2025, at 12:00 p.m. CDT, to August 22, 2025, at 12:00 p.m. CDT. The amendment also details the proper methods for acknowledging receipt, either by completing specific items, acknowledging on each offer copy, or via separate communication. Failure to acknowledge receipt by the new deadline may result in the rejection of offers. The document outlines the standard procedures for amending solicitations or modifying contracts using Standard Form 30, including instructions for various fields and the conditions under which contractor signatures are required. All other terms and conditions of the original solicitation remain unchanged.
    This document serves as an amendment to a federal solicitation, specifically addressing the acknowledgment procedures for submitted offers. It outlines methods for sellers to confirm receipt of the amendment, reiterating that failure to do so by the specified deadline could result in offer rejection. Additionally, it provides procedures for vendors wishing to alter previously submitted offers, requiring that changes are communicated clearly and timely. The amendment is particularly noteworthy as it introduces a "Questions and Answers" document, which contains vendor inquiries and corresponding responses from the USDA, enhancing transparency and information accessibility. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged, maintaining the integrity of the procurement process. This document is crucial for ensuring compliance with federal RFP procedures while providing clarity to potential contractors participating in the bidding process.
    This document is a Request for Proposal (RFP) issued by the USDA APHIS, solicitation number 12639525Q0161, for the removal of an existing bale press and the delivery and installation of a new full eject bale press and automated conveyor system with a scissor lift-tilt table. The required services also include disassembling and removing the old bale press at the Memphis Classing Office, located at 3275 Appling Rd, Memphis, TN 38133. The NAICS code for this acquisition is 333111, with a small business size standard of 1,250 employees. The offer due date is July 30, 2025, at 12:00 PM CT. This is an unrestricted acquisition. Invoices will be paid by USDA APHIS, Minneapolis, MN.
    The document is a Request for Proposal (RFP) issued by USDA's Animal and Plant Health Inspection Service (APHIS) for the removal of an existing bale press and the delivery and installation of a new full eject bale press with an automated conveyor system at the Memphis Classing Office. The contractor is also required to disassemble and remove the existing equipment. The solicitation includes details such as due dates, solicitation and contract numbers, administration codes, and business classification under the North American Industry Classification System (NAICS). Invoices must be submitted as per the specified payment instructions. Notably, the solicitation targets small businesses with special designations, including women-owned and service-disabled veteran-owned enterprises. The anticipated delivery date for the new equipment is September 1, 2025, with the offer due by July 11, 2025. The RFP aims to enhance efficiency in the cotton and tobacco program through modernized equipment.
    The USDA, AMS, Cotton & Tobacco Program in Memphis, TN, is soliciting bids (Solicitation Number: 12639525Q0161) for the removal of an existing bale press and the delivery and installation of a new full eject bale press, automated conveyor system, and scissor lift-tilt table. This is a total small business set-aside. The new system must meet specific dimensions, electrical requirements (460V 3-phase), and integrate with existing controls. Key tasks include system disassembly and removal, installation of new equipment with safety railings and operator control panels, and modifications to the cotton transport chute. The contractor must provide training, a minimum one-year warranty, and full-service maintenance. Proposals will be evaluated on technical approach, experience, past performance, and price, with technical factors being significantly more important than cost. Bidders must also comply with various FAR and AGAR clauses regarding business practices, labor standards, and supply chain security. A site visit can be scheduled for interested parties.
    The USDA is soliciting proposals for a new Bale Press and Conveyor System with a Scissor Lift-Tilt Table for the Cotton & Tobacco Program in Memphis, TN. The project is aimed at replacing an existing bale press and requires the contractor to provide removal, delivery, and installation services along with ongoing maintenance. Key specifications involve a full eject bale press capable of compressing 3,000 pounds of loose cotton per hour, compliant with industry standards, and a conveyor system with weighing capabilities. Additionally, the contractor must ensure operator safety through proper installation practices and provide training to USDA personnel on the new system. There is a set-aside for small businesses, and proposals are due by July 30, 2025. The award contract will be a Firm Fixed-Price IDIQ agreement, and offers will be evaluated based on technical approach, past performance, and price. Compliance with numerous federal regulations and labor standards is mandatory throughout the project.
    Similar Opportunities
    Loading similar opportunities...