Optical Seed Sorter, Fargo, North Dakota
ID: 12805B25Q0082Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 6:00 PM UTC
Description

The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals from small businesses for the procurement of an Optical Seed Sorter to be delivered to Fargo, North Dakota. The required equipment includes a 32-channel optical seed sorter equipped with dual high-resolution RGB cameras and an imaging processor, designed to enhance research on seed characteristics such as size, color, and weight. This procurement is crucial for advancing agricultural science and technology, as it aims to improve the capabilities of research related to seed traits. Interested vendors must submit their quotes electronically by April 8, 2025, at 1:00 p.m. Central, to Erin Riffey at erin.riffey@usda.gov, ensuring compliance with all specified requirements and federal regulations.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has issued Solicitation #12805B25Q0082 for an Optical Seed Sorter, exclusively set aside for small businesses. The procurement falls under NAICS Code 333111, with a business size standard of 1,250 employees. Interested vendors must register with the System for Award Management (SAM) prior to the solicitation closing. Quotes must be submitted electronically to a specific USDA email by a designated deadline, including detailed pricing and supporting documentation that verifies compliance with specifications. The award process will evaluate submissions based on the Lowest Price Technically Acceptable method and require acceptable past performance. The contract period for delivery is set at 30 days following receipt of the order, with inspection and acceptance at a specified Fargo, North Dakota location. Compliance with various federal acquisition regulations and clauses is mandatory, ensuring adherence to legal and ethical standards, including provisions related to environmental considerations, equal opportunity, and small business participation. Overall, this solicitation exemplifies the government's emphasis on fostering small business participation in federal procurement processes while maintaining rigorous compliance and evaluation criteria.
Apr 3, 2025, 8:05 PM UTC
The USDA ARS ETSARC is seeking proposals for an optical seed sorter to enhance research on agronomic traits affecting seed characteristics such as size, color, and weight. The required equipment is a 32-channel optical seed sorter with advanced features, including dual high-resolution RGB cameras, an imaging processor for sorting by various criteria, and a user-friendly touchscreen interface. Specific requirements include the ability to sort seeds ranging from camelina to sunflower size, and an installation and training service to occur on-site within 30 days of delivery. The USDA will provide essential support equipment, such as an air compressor, and a warranty for one year covering labor and parts. Delivery will take place at the Edward T. Schafer Agricultural Research Center in Fargo, North Dakota, where a forklift is available for unloading. The overarching goal is to improve the capabilities of research related to seed traits, demonstrating the federal commitment to advancing agricultural science and technology.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MALDI-TOF Mass Spectrometer
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
Ultra Low -86 degrees temperature Upright-style Freezer with racks
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the procurement of an Ultra Low -86 degrees temperature upright-style freezer with racks, as part of a Total Small Business set-aside solicitation. The freezer is intended to replace a failed archival tissue storage unit and must meet specific requirements, including a capacity of 24.0 to 25.0 cubic feet, a temperature range of -40°C to -86°C, and the ability to accommodate various storage boxes with designated racks. This equipment is crucial for maintaining sample integrity for research purposes within the USDA's Virus and Prion Unit. Interested vendors must submit their quotes electronically to Brian Brusky at brian.brusky@usda.gov by 5:00 PM Central Time on April 21, 2025, with technical inquiries due by April 16, 2025. All contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration.
Irradiator Intrusion Detection System (Amendment 001)
Buyer not available
The United States Department of Agriculture (USDA) is seeking proposals for the Irradiator Intrusion Detection System (IDS) under Solicitation No. 12314425Q0110, which includes testing and maintenance services across multiple USDA facilities handling radioactive materials. The procurement aims to secure a contract for a base year and four option years, focusing on tasks such as IDS testing, preventive maintenance, remote technical support, and emergency on-site assistance to ensure operational integrity and compliance with safety regulations. Interested vendors must submit their quotes by April 14, 2025, with the contract performance period anticipated to begin on June 1, 2025, and extend through May 31, 2030. For further inquiries, potential bidders can contact Mr. Carlton Bradshaw at carlton.bradshaw@usda.gov or (202) 690-4359.
Upgrade of Programable Logic Computer (PLC) based Auto Throw Over (ATO) switches
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified sources for upgrading programmable logic computer (PLC) based auto throw over (ATO) switches in Maryland. The project involves modernizing existing Square D/Schneider Electric manufactured equipment, which includes replacing outdated components and ensuring compatibility with current systems, while retaining the existing infrastructure. Interested small businesses are invited to submit a capabilities statement and indicate their business classification by April 14, 2024, at 10:00 AM CDT, with inquiries directed to Mary Belcher at mary-o.belcher@usda.gov by April 9, 2024, at 3:00 PM CDT.
Annual Service Contract/ Preventative Maintenance Plan for INTELLIFLEX DR-SE
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide an Annual Service Contract and Preventative Maintenance Plan for the Luminex INTELLIFLEX DR-SE instrument at the Center for Grain and Animal Health Research (CGAHR) in Manhattan, Kansas. The contract requires two scheduled preventative maintenance visits annually, along with unlimited emergency services with a one-day response time to ensure optimal equipment operation. This procurement is critical for maintaining the functionality of laboratory equipment, which is essential for research activities, and is set aside for small businesses under the NAICS code 811210. Interested vendors must respond in writing with detailed qualifications, including company information and technical capabilities, to Jennifer Busbea at jennifer.busbea@usda.gov by the specified deadline.
Fresh Vegetables 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 fresh vegetables to support domestic food assistance programs, including the National School Lunch Program. Vendors are required to meet specific certification standards, including USDA’s Good Agricultural Practices (GAP) and Good Handling Practices (GHP), prior to the bid opening, and the solicitation is exclusively open to small businesses. The contract will involve the delivery of various types of fresh potatoes and sweet potatoes, with product deliveries scheduled from July 1, 2025, through December 31, 2025, and offers due by April 21, 2025. Interested parties should contact David C. Jackson at davidc.jackson@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
UltraCold Freezers
Buyer not available
The Department of Agriculture's Agricultural Research Service (ARS) is seeking quotes for the procurement of two UltraCold Freezers to enhance research capabilities at their facility in Edinburg, Texas. The freezers must maintain temperatures between -20°C and -100°C, with specific features such as a real-time temperature display, adjustable alarms, and a capacity of 795 liters, while operating on environmentally friendly refrigerants. This procurement is set aside for small businesses, and interested vendors must submit their quotes by April 14, 2025, at 1:00 p.m. Central, to Erin Riffey at erin.riffey@usda.gov, ensuring compliance with all technical specifications and requirements outlined in the solicitation.
Janitorial Services - NRCS Bismarck Plant Material Center, ND
Buyer not available
The Department of Agriculture, through the Farm Production and Conservation Business Center, is soliciting quotes for janitorial services at the NRCS Bismarck Plant Materials Center in North Dakota. The contract requires the provision of comprehensive custodial services, including cleaning tasks across multiple buildings on a scheduled basis, with a focus on maintaining sanitary conditions in compliance with federal, state, and local regulations. This opportunity is a total small business set-aside under NAICS code 561720, with a revenue cap of $22 million, emphasizing the government's commitment to supporting small businesses while ensuring a clean and productive work environment. Quotes are due by April 14, 2025, at 10:00 AM Eastern Time, and should be submitted via email to the designated contacts, Sharla K. Goforth and Priscilla Perry.
Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide sample sacks for the USDA Agricultural Marketing Service's Cotton and Tobacco Program. This 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. The sample sacks are essential 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.
Automated Plant Transformation Project
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is soliciting proposals for the Automated Plant Transformation Project, aimed at developing an automation-based solution for plant genetic transformation. This project requires vendors to execute 100-200 programmable routines daily via a user interface, ensuring robust software-hardware integration and operator training, with flexible specifications for incubators capable of handling 100 to 500 plates. Proposals are due by April 11, 2025, and interested parties must sign a Non-Disclosure Agreement to access detailed technical specifications; for inquiries, contact Morgan Selecman at selecmanmo@ornl.gov or 865-341-4184.