Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
ID: 12639525Q0060Type: Solicitation
Overview

Buyer

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

NAICS

Textile Bag and Canvas Mills (314910)

PSC

BAGS AND SACKS (8105)

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 sample sacks for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. The procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for a five-year period, commencing on May 1, 2025, and concluding on April 30, 2030. These sample sacks are critical for cotton classification processes, ensuring compliance with technical specifications and the Buy American Act. Interested vendors must submit their quotations, including technical samples and past performance references, by March 12, 2025, to Matthew Phillips at matthew.phillips3@usda.gov, with the award anticipated around March 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation 12639525Q0060 concerns the procurement of sample sacks for the USDA's Agricultural Marketing Service (AMS) related to cotton classing. It outlines an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the supply and shipping of both flapless and flapped sample sacks, with varying quantities specified across multiple line items. Specifically, it includes a minimum guaranteed order of different types of sample sacks to be delivered to various USDA cotton classing offices located in Texas, Georgia, Tennessee, South Carolina, and California. The contract spans five ordering periods, from May 1, 2025, through April 30, 2030, allowing for specified deliveries as determined in the individual delivery orders. The total quoted price for the minimum guarantee amounts to $0.00, indicating that pricing will be defined at the order level. This document serves to establish the framework for procurement, ensuring consistent supply for USDA operations related to the cotton and tobacco programs, while outlining specific logistical and operational requirements for potential bidders.
    The document is a solicitation for a federal contract (12639525Q0060) from the USDA's Agricultural Marketing Service, specifically for the procurement of sample sacks for cotton classification purposes. It outlines a minimum guarantee for various line items, including sample sacks with and without flaps, and specifies locations for delivery, including classing offices in Abilene, Macon, Memphis, and Florence. The contract follows an indefinite-delivery, indefinite-quantity (IDIQ) model, allowing for flexibility in ordering quantities over multiple periods from 2025 to 2030. Each ordering period details specific sample sack requirements and related shipping arrangements. The pricing for the items is listed as $0.00 at the time of the bid, indicating that the exact costs will be determined when orders are placed. The structure includes a comprehensive breakdown of item numbers and guarantees, highlighting the essential nature of the supplies for USDA operations. Overall, this solicitation illustrates the government's method of ensuring supply stability through structured contract agreements tailored to ongoing needs in agricultural commodity handling and service delivery.
    The "Vendor Experience & Past Performance Sheet" is a structured document used to evaluate contractors' qualifications for government contracts, particularly under Requests for Proposals (RFPs) and federal grants. It captures essential contract details including contractor name, role (prime, subcontractor, joint venture), contract number, performance dates, completion of the Contractor Performance and Assessment Report (CPARS), and total contract value. The form requires a comprehensive description of services rendered, unique contract requirements, and challenges faced during performance, along with resolutions. Additionally, it identifies customer contacts, featuring their names, titles, agency/company, and contact information. This document serves as a critical assessment tool to gauge vendor reliability and effectiveness, ensuring that agencies can make informed decisions based on past performances, which is vital in maintaining standards and accountability within government contracting procedures.
    The document outlines the federal regulations and representations that vendors must adhere to when bidding for government contracts, particularly focused on telecommunications and surveillance services. It details the prohibitions against engaging with covered telecommunications equipment and services, as specified under the John S. McCain National Defense Authorization Act. Vendors are required to represent their business status regarding the provision and use of such equipment through structured procedures, including disclosures about equipment origins and purposes. The document also emphasizes the significance of small business classifications, including economically disadvantaged women-owned, veteran-owned, and service-disabled veteran-owned small businesses. It directs vendors to utilize the System for Award Management (SAM) for compliance verification and to ensure that proposals do not include components inconsistent with relevant federal orders. This representation process fosters transparency and accountability while promoting the participation of diverse business entities in government contracts. Overall, the document serves a critical role in ensuring that government procurement processes are secure, compliant, and inclusive.
    The document pertains to the Buy American Certificate related to Solicitation 12639525Q0060, emphasizing compliance with the Buy American Act during federal procurement. It outlines that Offerors must certify that their products are domestic, except for certain specified foreign end products. It requires the identification of foreign products, detailing their country of origin and whether they exceed 55% domestic content, especially for those not made primarily of iron or steel. Additionally, Offerors must specify domestic end products containing critical components and note their domestic content status. Evaluations of offers will follow federal acquisition regulations. This process ensures the government’s commitment to supporting domestic production and compliance with trade policies while maintaining transparency in sourcing practices.
    The document pertains to a solicitation (No. 12639525Q0060) issued by the USDA for the supply of woven polypropylene cotton sample sacks. It outlines the specifications and contractual obligations associated with an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement. The contract includes a minimum quantity guarantee for initial orders and specifies locations, item descriptions, and shipping details for these sample sacks, which come in two types: with and without flaps. Quantities for the two types are detailed, totaling 21,250 sacks across various USDA Cotton Classing Offices. Additionally, five ordering periods are established, spanning from May 2025 to April 2030, allowing for variations in quantities ordered during each period. The document emphasizes compliance with federal regulations, including details on pre-production model submissions and safeguarding contractor information systems. A list of relevant federal acquisition regulation clauses for contractors is included to ensure adherence to legal requirements. Overall, the document lays a structured framework for the procurement of these essential supplies, emphasizing the USDA’s commitment to maintaining program integrity and supporting cotton classing operations.
    The document outlines a Request for Proposal (RFP) by the USDA Animal and Plant Health Inspection Service (APHIS) for the procurement of sample sacks used in cotton classing across various locations. The solicitation specifies an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract structure with a five-year performance period from May 1, 2025, to April 30, 2030. It details the minimum guarantee of various quantities of sample sacks, both with and without flaps, to be delivered to designated USDA Cotton Classing Offices. Each order will include shipping costs and must comply with specifications regarding materials and design. The contracting process allows the USDA flexibility to place orders at any time with specifics on quantities and delivery points determined by subsequent agreements. Included are strict guidelines for contractor requirements, including clauses relevant to small business participation and compliance with federal statutes. The document emphasizes the importance of safeguarding sensitive contractor information and outlines the procedural compliance necessary for bidding. This RFP highlights the USDA's commitment to maintaining quality standards in its operations while ensuring fairness and transparency in procurement processes, which facilitate a competitive environment for businesses, particularly small ones.
    Similar Opportunities
    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.
    Canola Meal for Prairie du Sac Farm
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for a 12-month contract to supply canola meal for the USDA Prairie du Sac Farm in Wisconsin. The procurement requires approximately 506 tons of canola meal, delivered in about 23 shipments, with each delivery consisting of around 22 tons and a minimum crude protein content of 36%. This contract is crucial for supporting the farm's operations and is set aside exclusively for small businesses under NAICS code 311224, with a size standard of 1,250 employees. Interested vendors must submit their quotes by providing detailed pricing and company information, including SAM registration, by the deadline of February 8, 2027. For further inquiries, potential offerors can contact Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    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 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 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.
    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.
    BAG,24" X 40" EU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 24" x 40" bags, classified under the NAICS code 322299 for All Other Converted Paper Product Manufacturing. The procurement includes specific quality assurance requirements, inspection protocols, and first article testing, emphasizing the importance of compliance with military specifications and standards. These bags are critical for various military applications, ensuring secure and efficient storage and transport of supplies. Interested vendors should direct inquiries to James Benes at 771-229-0080 or via email at JAMES.J.BENES3.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined submission timelines and requirements.