Jaw Crusher
ID: 12505B25Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS MWA AAO ACQ/PER PROPPEORIA, IL, 61604, 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 Agricultural Research Service (ARS), is seeking quotes for a Jaw Crusher as part of a combined synopsis/solicitation (number 12505B25Q0043). The procurement aims to acquire a benchtop jaw crusher designed for high-throughput processing of 2.5 L soil samples, emphasizing safety features to mitigate silica exposure and ensuring compliance with rigorous operational standards. The contract is expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria, with quotes due by 2:00 PM CDT on April 18, 2025, and all submissions must be sent electronically to Jeff Kathman at jeffery.kathman@usda.gov. Interested contractors must also be registered in the System for Award Management (SAM) to be eligible for award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal request for proposals (RFP) for a benchtop jaw crusher specifically designed for high-throughput processing of 2.5 L soil samples, with an emphasis on safety regarding silica and machinery exposure. The desired product is equivalent to the Jaw Crusher BB 50 by RETSCH, and the specifications include a minimum capacity of 2.5 L, a feed size of 35 mm, adjustable discharge sizes from 0.5 mm to 2 mm, and components that allow for hands-free cleaning to prevent cross-contamination. Additional requirements specify direct drive operation, a bench-top design suited for stable use, a fully enclosed chute, and an integrated dust collection system to ensure safety from silica, alongside a 12-month warranty. The RFP also details shipping requirements to the USDA-ARS facility in Columbia, Missouri. This document is indicative of federal procurement processes, emphasizing safety, compliance with specific operational needs, and the rigorous standards expected for equipment acquisition in government projects.
    The document outlines the solicitation provisions and clauses related to a federal contract, specifically Solicitation 12505B25Q0043. It details the incorporation of clauses by reference, including essential Federal Acquisition Regulation (FAR) requirements, compliance regulations, and contract terms. Key clauses address topics such as maintaining the System for Award Management, prohibitions on certain telecommunications and software, and requirements for small business utilization. The document emphasizes contractor responsibilities, compliance with labor standards, and protection against trafficking and child labor. Critical clauses also focus on business ethics, subcontracting conditions, and payment methods. Furthermore, provisions regarding evaluation criteria for offers highlight the importance of price and technical adherence. This solicitation serves to ensure legal and regulatory compliance, promoting ethical practices within governmental procurement processes.
    The document outlines the provisions and clauses applicable to Solicitation 12505B25Q0043, focusing on federal acquisition regulations for commercial items and services. It details essential clauses, including compliance requirements related to government oversight, ethics, confidentiality, labor standards, and procurement practices. Key aspects include mandates against contracting with certain entities (e.g., Kaspersky Lab), rules concerning small business set-asides, and stipulations for employee protections, including whistleblower rights. The document establishes rigorous guidelines for contractors regarding record retention and access, particularly concerning government audits. It emphasizes the flow-down requirements for contracting to ensure compliance with legal and regulatory standards. This solicitation aims to facilitate transparent and accountable government procurement while fostering small business participation. Overall, it serves to ensure that contractors comply with legislation and ethical standards throughout the procurement process, crucial for maintaining public trust and regulatory compliance in government contracting.
    The document outlines an amendment to solicitation number 12505B25Q0043 issued by the USDA Agricultural Research Service (ARS) in Peoria, IL. The amendment's primary purpose is to detail necessary updates to existing solicitation and contract terms, including the removal of the total small business set-aside clause and updates to federal acquisition regulations regarding proposals. The deadline for submitting quotes has been extended to April 18, 2025, with the performance period for the resultant contract defined as May 5, 2025, to July 7, 2025. The amendment emphasizes the requirement for acknowledgment of receipt to avoid rejection of offers, alongside instructions for submitting changes to existing offers. Overall, this document serves to communicate critical modifications to contractors regarding their proposals, reflecting an ongoing process to ensure compliance with federal contracting standards.
    Lifecycle
    Title
    Type
    Jaw Crusher
    Currently viewing
    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.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    Table-Top Free Space Measuring System - USDA-ARS Auburn AL
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA-ARS), is seeking information from qualified sources regarding a specialized Table-Top Free Space Measuring System to be utilized at the National Soil Dynamics Laboratory in Auburn, Alabama. The procurement aims to acquire a microwave instrument capable of measuring reflection and transmission data without damaging the samples, with specific requirements including a small frame for various specimen types, frequency range capabilities, and software for calculating S-parameters. This opportunity is part of a market research effort and is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and woman-owned businesses, with responses due to the primary contact, Theodore Blume, at Theodore.Blume@usda.gov. Interested vendors should submit their capability statements detailing their qualifications and relevant experience by the specified deadline.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    Commercial Wood Chipper
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Commercial Wood Chipper through a solicitation process managed by the W07V ENDIST ST PAUL office. The primary objective of this procurement is to acquire a wood chipper that meets the specifications outlined in the attached solicitation document, which is essential for various construction and maintenance tasks within military operations. This equipment plays a crucial role in managing vegetation and debris, thereby supporting operational efficiency and environmental management. Interested vendors can reach out to Karl Just at karl.p.just@usace.army.mil or by phone at 651-290-5768, or contact Kevin Henricks at kevin.p.henricks@usace.army.mil for further inquiries regarding the solicitation details.
    00018 - XRD Diffractometer System
    Labor, Department Of
    The U.S. Department of Labor, through the Occupational Safety and Health Administration (OSHA), is seeking information regarding the procurement of an XRD Diffractometer System, as outlined in a Request for Information (RFI). This advanced analytical equipment is essential for high-precision analyses in materials research, including phase identification and crystallographic structure determination across various sample types. Interested vendors must provide detailed company capabilities, proposed approaches, and pricing estimates, with responses due by January 07, 2026, at 2:00 PM EST, and questions accepted until December 17, 2025. For further inquiries, potential respondents can contact Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov.
    51--PULLER,JAW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 40 units of the PULLER, JAW (NSN 5120-01-714-8374). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated five orders per year and a guaranteed minimum quantity of four. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these tools in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Synthesis of Self-Amplifying Nucleic Acid Constructs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the synthesis of five lipid nanoparticle-encapsulated self-amplifying nucleic acid constructs based on the Venezuelan equine encephalitis virus (VEEV). The objective of this procurement is to design, synthesize, produce, and encapsulate these gene constructs, which are critical for research at the US National Poultry Research Center in Athens, GA. This total small business set-aside contract, classified under NAICS code 541380, has a small business size standard of $19.0 million and will be awarded based on the lowest price technically acceptable criteria, with deliverables required within 30 days post-award. Interested parties should direct inquiries to Jessica Pacheco at jessica.pacheco@usda.gov, with quotes due electronically by January 5, 2026, and held firm for 90 days.