Cotton Testing Instruments
ID: 12639525R0003Type: Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

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 Animal and Plant Health Inspection Service, is seeking proposals for a ten-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure Cotton Testing Instruments (CTIs) for classifying cotton. The CTIs must adhere to stringent specifications for measuring various qualities of cotton, including fiber length, strength, micronaire, color, and trash content, with options for different configurations to enhance laboratory automation and efficiency. This procurement is crucial for ensuring accurate cotton quality assessments, and the contract is set aside for small businesses under NAICS code 334516, with a size standard of 1,000 employees. Interested contractors should submit detailed pricing, technical specifications, and compliance certifications, and may contact Jeremy A. Pouliot at jeremy.pouliot@usda.gov or 612-336-3204 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Agricultural Marketing Service (AMS) has issued a Request for Proposal (RFP) for a ten-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to acquire Cotton Testing Instruments (CTI). The CTIs must meet stringent specifications for measuring various cotton qualities, including fiber length, strength, micronaire, color, and trash content. The solicitation includes multiple options for different configurations of CTIs, each designed to facilitate automation and efficient laboratory operations. Interested contractors must provide detailed pricing, technical specifications, and certifications that the offered instruments comply with required standards. The contract is set aside for small businesses under NAICS code 334516, having a size standard of 1,000 employees. Proposals will be evaluated based on the lowest priced technically acceptable offer. The RFP emphasizes the importance of compliance with Occupational Safety and Health Administration (OSHA) regulations and requires a full commercial warranty and maintenance services for the supplied instruments, ensuring continuous operation throughout the contract period.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking proposals for the procurement of sample sacks for the USDA, AMS, Cotton & Tobacco Program. This opportunity is set aside for small businesses and falls under the NAICS code 314910, which pertains to Textile Bag and Canvas Mills, indicating a need for specialized bags and sacks. These sample sacks are crucial for the effective management and inspection of cotton and tobacco products, ensuring compliance with agricultural standards. Interested vendors should reach out to Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation process.
    Wire Ties for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure wire ties for the USDA's Cotton & Tobacco Program. This procurement is set aside for small businesses and falls under the NAICS code 332618, which pertains to Other Fabricated Wire Product Manufacturing. The wire ties are essential for various agricultural applications, supporting the effective management and inspection of cotton and tobacco products. Interested vendors can reach out to Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation process.
    Hay and Cornstalk Baling IDIQ - RFQ
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for hay and cornstalk baling services at the National Animal Disease Center in Ames, Iowa. The contract, valued at $13.5 million, will cover baling operations from May 1, 2025, to November 30, 2025, involving approximately 310 acres of agricultural plots, with contractors responsible for providing all necessary equipment and labor while adhering to specific quality standards. This initiative is part of the USDA's commitment to sustainable agricultural practices and effective resource management for research purposes. Interested parties can contact Aaron Dimeo at aaron.dimeo@usda.gov or by phone at 608-416-0027 for further details.
    Pelletized Kanza Corn Cob Granules
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for pelletized Kanza corn cob granules, intended for use in rearing the Mexican Fruit Fly at their facility in Edinburg, Texas. This procurement is set aside for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses, and requires the submission of product samples, a signed Standard Form (SF) 1449, a pricing schedule, and past performance references. The contract will span five years, from March 15, 2025, to March 14, 2030, with estimated annual deliveries of 352,000 pounds every 35 days, and all submissions must comply with Buy American provisions. Interested vendors should contact Margaux Nenichka at Margaux.G.Nenichka@usda.gov and submit their quotes by March 7, 2025.
    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.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    6640--AutoMicrobiological Blood Culture Testing/Systems (CPT) VISN 15
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Cost Per Test (CPT) for Automated Microbiological Blood Culture Testing/Systems across multiple facilities under VISN 15. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying testing equipment, reagents, maintenance, and personnel training, all compliant with FDA standards and the Clinical Laboratory Improvement Act. This initiative is crucial for enhancing healthcare services for veterans, ensuring reliable and efficient testing processes. Interested parties must respond by March 7, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Maria Riza Owen at maria.owen2@va.gov or call 913-946-1122.
    SOURCES SOUGHT--U.S. Army West Point Cloth, Polyester/Cotton, Twill, White
    Buyer not available
    The Department of Defense, specifically the U.S. Army at West Point, is seeking proposals from qualified small businesses for the supply of white cloth used in cadet uniforms. The required fabric must consist of 65% polyester and 35% combed cotton, with a finished weight of 7.7 ounces per square yard, and must meet stringent quality standards for tensile and tear strengths, shade matching, colorfastness, and a pre-cured soil release finish. This procurement is crucial for maintaining the quality and durability of military uniforms, ensuring that they meet the operational needs of the U.S. Military Academy. Interested vendors should contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at 520-687-8204 for further details and to submit proposals, as this opportunity is set aside for total small business participation.
    Laboratory Soils Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking sources for laboratory soils testing services. This procurement is aimed at identifying qualified small businesses that can provide testing laboratories and services, as indicated by the NAICS code 541380, under a Total Small Business Set-Aside (FAR 19.5). The services are crucial for evaluating ores, minerals, and their primary products, ensuring compliance with safety and quality standards. Interested parties should reach out to Maria Valadez-Lopez at maria.e.lopez@usace.army.mil or call 817-886-1881 for further details, while Paige Poorman is also available at PAIGE.E.STONE@USACE.ARMY.MIL or 817-201-3106 for additional inquiries.
    Fluent 480 w/ airFCA & RGA-FES & HEPA
    Buyer not available
    Special Notice: AGRICULTURE, DEPARTMENT OF intends to award a sole source supply contract for a Fluent 480 w/ airFCA & RGA-FES & HEPA. This equipment is typically used for analytical laboratory testing and reporting. The contract will be a fixed price Purchase Order under FAR PART 12 Acquisition of Commercial Items. The place of performance will be in Ames, Iowa, United States. Interested sources are encouraged to contact APHIS for implementing the Fluent 480 Base Unit. The closing date for this notice is June 25, 2024.