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
    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
    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.
    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
    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.
    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.
    SRS EddyFlux System Pro + Biomet
    Agriculture, Department Of
    The USDA Forest Service intends to award a sole-source firm-fixed-price contract to LI-COR for the procurement of an IRGA (Carbon analyzer) and Biomet system, valued at $69,957.00. This equipment is essential for a long-term study conducted by the Eastern Forest Environmental Threat Assessment Center, focusing on the effects of prescribed fires on water quantity, quality, and carbon in North Carolina's Piedmont region. The acquisition supports critical research and management practices related to natural resource protection, with specific technical requirements for CO2 and H2O measurements. Interested parties must respond in writing by December 14, 2025, at 11:59 PM EST, to the primary contacts Heather Harkley and Nestor Rivera Gonzalez via their provided email addresses.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    6640--Sioux Falls Health Care System - Brand Name or Equal Supply Procurement of DORIC Fiber Photometry System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Sioux Falls Health Care System, is seeking sources for the procurement of a DORIC Fiber Photometry System, or an equivalent product, as part of a market research effort. This procurement aims to acquire essential equipment for monitoring neuronal activity and integrating optogenetics in freely moving animals, which includes a Behavior & Bundle Photometry Console, fiber light sources, various fiber optic components, imaging cubes, software, and a high-performance workstation. The system is critical for advancing research in neuroscience by enabling precise control and measurement of neural activity in relation to behavior. Interested vendors must respond by December 19, 2025, at 4:00 PM Central Time, and can direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    Optical Microscope
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking responses to a Sources Sought Notice for the procurement of an Optical Microscope. The primary objective is to support the NIST CHIPS Metrology R&D program, which focuses on nondestructive defect detection metrology for semiconductor advanced packaging, requiring a microscope capable of various imaging modes and equipped with advanced features for precision measurements. This procurement is critical for enhancing the accuracy of defect detection in semiconductor failure analysis, with a focus on characterizing defects through precise optical measurements. Interested vendors should submit their capabilities and relevant information to Cielo Ibarra at cielo.ibarra@nist.gov by December 15, 2025, while noting that this notice does not constitute a commitment to award a contract.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.