Fruit Fly 2C and 3C Synthethic Lures
ID: 12639524Q0188Type: Solicitation
Overview

Buyer

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

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

PEST CONTROL AGENTS AND DISINFECTANTS (6840)

Set Aside

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

    The US Department of Agriculture (USDA), Animal and Plant Health Inspection Service, is seeking small businesses to manufacture and supply synthetic fruit fly lures, a critical tool for detecting and managing infestations. The solicitation is for an indefinite delivery, indefinite quantity contract, with specific requirements for two- and three-component lures. These lures are essential in survey and eradication programs, targeting Mediterranean and Mexican fruit flies, which pose significant threats to US agricultural interests. Offerors must provide samples, pricing schedules, and information on their capabilities, with contracts awarded based on criteria including price, product quality, and past performance. Key dates include the question deadline on November 30, 2024, and offer submissions due the same day.

    Contact Mario Garcia at mario.garcia2@usda.gov or 919-257-7535 for more information on this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's APHIS seeks to procure an indefinite delivery, indefinite quantity contract for synthetic food-based lures used to attract and capture various fruit flies, specifically Mediterranean and Mexican fruit flies, which are critical for detecting and managing infestations. These lures are essential tools for survey and eradication programs. Offerors are expected to provide individually packaged two-component and three-component lures that meet specific chemical composition and packaging requirements. The lures should be easy to open and remove from traps and should be delivered in quantities of 4,000 each. Pricing schedules are required for each product and year, with deliveries to be made over a five-year period. The evaluation criteria weigh factors like price, odor, ease of package opening, and past performance. Vendors must also submit samples for evaluation and provide information on their quality assurance procedures. Critical dates include a quote submission deadline of July 31, 2024, with a period of performance from September 2024 to September 2029.
    The USDA's Request for Proposal (RFP) seeks an Indefinite Delivery Indefinite Quantity contract for synthetic food-based lures to attract various fruit flies, primarily Mediterranean and Mexican fruit flies, which are critical threats to US agriculture. These lures are essential tools for detecting and managing fruit fly infestations. The RFP specifies detailed technical requirements for two- and three-component lures, focusing on their effectiveness, durability, and ease of use. Offerors must provide pricing schedules and samples for evaluation, along with information on their capability and past performance. The government plans to award multiple contracts, with each contractor delivering the specified lures FOB Destination to a specified USDA location in Texas. Evaluation criteria include price, product quality, past performance, and dispenser performance, with past performance and dispenser performance given equal weight to price. Critical dates include a question deadline and an offer due date of November 30, 2024. This RFP also incorporates numerous FAR clauses, outlining contractor responsibilities and government examination rights, with orders placed as needed during the contract period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.
    Custom Chromosomes Karyotype Analysis and FISH Service
    Active
    Agriculture, Department Of
    Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF is seeking a Custom Chromosomes Karyotype Analysis and FISH Service. This service is typically used for plant karyotype analysis, including counting chromosome numbers using high-resolution chromosome preparation technique, developing Fluorescence in situ hybridization for parents, and providing data and analytics. The service will be provided to the USDA, ARS, Sugarcane Production Research Unit in Canal Point, FL. The solicitation number is 12405B24Q0037 and is a request for quotation (RFQ). The service will be procured through a Total Small Business Set-Aside. Interested parties must submit a quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price, and valid for at least 60 days after receipt of quote. The offeror must also complete the OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS electronically in the System for Award Management (SAM) website. The deadline for submitting quotations is December 21, 2023, and all questions should be emailed to the Contracting Officer by December 13, 2023.
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    Fixed-wing aviation services in New Mexico to support predator damage management activities
    Active
    Agriculture, Department Of
    The US Department of Agriculture requires fixed-wing aviation services in New Mexico to aid in predator damage management, specifically involving invasive species removal and wildlife disease monitoring. This work is typically conducted under the direction of dedicated Wildlife Services personnel. The job requires the use of a Piper Super Cub PA-18 or Cub Crafters CC18 aircraft and a qualified pilot, under a five-year contract. With a quotation deadline of August 1st, 2024, the successful applicant will be awarded a contract running from mid-August 2024 to the same date in 2029, offering a fixed price for their services.
    Pervical LT-41VL
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) intends to award a sole-source contract for a Percival LT-41VL low-temperature environmental chamber, along with an H15 Ultrasonic Humidifier & Dehumidifier, to be utilized at the Forest Pest Methods Laboratory in Buzzards Bay, Massachusetts. This specialized chamber is essential for conducting experiments aimed at identifying biological control agents for the invasive box tree moth, requiring precise temperature and humidity control to simulate complex environmental conditions for various insect life stages and parasitoid wasps. The total estimated value of the purchase order is $40,530, and interested parties may contact Margaux Nenichka at Margaux.G.Nenichka@usda.gov for further information, with responses due by 4:00 PM Eastern Time on September 17, 2024.
    Development of Database Tools for US National Fungus Collections
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractor support for the development of database tools for the U.S. National Fungus Collections Fungal Databases internal website. The primary objectives include ensuring compliance with USDA security standards, maintaining software updates, and enhancing database functionality through web-based tools for data management. This initiative is crucial for improving the accessibility and efficiency of fungal data, which supports the USDA's broader mission in agricultural research. Interested small businesses must submit their proposals by September 24, 2024, with inquiries directed to Dilynn Rogers at dilynn.rogers@usda.gov.
    LED LIGHTING REPLACEMENT
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking contractors for a project to install LED lighting at the National Plant Germplasm Quarantine Center in Beltsville, Maryland. The procurement involves replacing approximately 42 outdoor fixtures and additional indoor lighting, with a focus on energy efficiency and modernization of the facility. This total small business set-aside contract, valued between $100,000 and $250,000, is expected to commence on October 1, 2024, and conclude by April 15, 2025. Interested contractors must submit firm-fixed price proposals by September 20, 2024, and can direct inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.
    HVI Seasonal Work
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small businesses to fulfill a Blanket Purchase Agreement (BPA) Call Order for HVI Seasonal work during the 2024 Cotton Harvest Season. This procurement involves providing temporary help services, with an estimated total value of $400,000, awarded as a single source under FAR Part 13 following a competitive solicitation that received four quotes. The services are critical for supporting the cotton harvest, ensuring efficient operations during this peak agricultural period. Interested parties can reach out to Jeremy A. Pouliot at jeremy.pouliot@usda.gov or call 612-336-3204 for further details.
    Tuna Sources Sought
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking information from suppliers regarding the procurement of domestically-produced canned tuna for USDA Food Programs. The procurement aims to identify suppliers capable of providing 100% domestic tuna in specified pack sizes, including canned and pouch options, to support federal nutrition assistance initiatives. This opportunity is crucial for ensuring the availability of safe, high-quality tuna products that comply with USDA's stringent requirements, including FDA regulations and NOAA Seafood Inspection Program criteria. Interested parties must submit their responses by September 20, 2024, and can direct inquiries to LaShawne Brown at lashawne.brown@usda.gov or Kevin Day at kevin.day@usda.gov.