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
    Notice of Intent to Sole Source for IDIQ for Illumina, Inc.’s Laboratory Equipment and Consumables with Warranties
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is initiating a presolicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure laboratory equipment and consumables exclusively from Illumina, Inc. This contract aims to acquire advanced sequencing platforms, including iSeq, MiSeq, NextSeq, and NovaSeq, along with necessary reagents and support services for high-throughput sequencing, which are critical for maintaining research consistency across various USDA locations. The contract is expected to span five years, from May 26, 2025, to May 25, 2030, and will require the contractor to provide quarterly reports on orders and maintain an order history. Interested parties can reach out to David Jordan at david.jordan@usda.gov or Christopher Tomlin at christopher.tomlin@usda.gov for further inquiries.
    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.
    Intent to Award Sole Source - QuantStudio 7 Pro PCR System
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, intends to award a sole source contract for the procurement of a QuantStudio 7 Pro PCR System. This analytical laboratory instrument is crucial for conducting chemical analysis and is expected to enhance the agency's capabilities in disease detection and research. The system will be delivered to Orient, New York, and is classified under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing. Interested parties can reach out to Connor Tees at stephen.tees@usda.gov for further inquiries regarding this opportunity.
    66--TESTER,CABLE TENSIO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a cable tension tester, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, specifically targeting the manufacturing of other measuring and controlling devices, classified under NAICS code 334519. The cable tension tester is crucial for ensuring the reliability and safety of various defense-related applications, emphasizing the importance of precision in measurement and control equipment. Interested vendors should direct their inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    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.
    USDA RFID 840 livestock ear tags for swine
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking suppliers for RFID 840 livestock ear tags intended for swine. This procurement aims to enhance livestock tracking and management through advanced electronic tagging solutions, which are crucial for monitoring animal health and ensuring compliance with agricultural regulations. Interested vendors should note that the opportunity falls under the NAICS code 334419, related to Other Electronic Component Manufacturing, and the PSC code 5999 for Miscellaneous Electrical and Electronic Components. For further inquiries, potential bidders can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210.
    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.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.