Equipment Refurbishment of Litetrack Lridium HD Radio Collars
ID: 12805B25Q0012Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

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 qualified vendors for the refurbishment of 14 Litetrack Lridium HD Lotek radio collars. The refurbishment will include essential features such as a proximity feature, timer release drop-off, data plan activation, and processing fees for collar returns, ensuring the collars remain functional for wildlife tracking and management. This initiative underscores the government's commitment to utilizing advanced technology for effective wildlife monitoring. Interested businesses should submit their capabilities statements to Shane M. Pope at shane.pope@usda.gov, with no specific funding amount or deadline indicated for this sources sought notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for refurbishing 14 Lotek radio collars used for tracking nilgai movements. The refurbishment includes necessary technical features such as a Litetrack Iridium HD+ rebuild, an associative proximity feature, a timer release drop-off mechanism, and activation of additional data plans as required. The new collars must be interchangeable with the existing devices and software, ensuring reliable functionality. Key logistical elements involve processing fees for collar return, along with any applicable taxes, freight, or shipping charges. The refurbishment must be completed before the planned deployment in late February or early March, emphasizing the urgency and importance of timely execution. This initiative reflects the government's commitment to wildlife tracking and management through advanced technology and ensures the continued functionality of essential monitoring equipment.
    The document pertains to a series of federal and state-level Requests for Proposals (RFPs) and grants aimed at improving infrastructure and compliance across various entities. Key topics include the solicitation of contracts focused on construction, maintenance, and safety upgrades within public facilities. The structure outlines detailed requirements for proposal submissions, evaluation criteria, and compliance conditions that align with federal regulations. The central idea emphasizes the government's commitment to enhancing public services through strategic investments in infrastructure while ensuring safety and environmental responsibility. Additionally, the document highlights various deadlines for proposal submissions, the significance of adhering to technical specifications, and the necessity for thorough documentation in the grant applications. Overall, this RFP serves as a framework for potential contractors, guiding their response and ensuring alignment with the government’s objectives for community and facility enhancement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sensititre SWIN PC Replacement
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking potential sources for the replacement of a Sensititre SWIN PC at the Roman L. Hurska U.S. Meat Animal Research Center (USMARC) in Clay Center, Nebraska. The procurement requires a firm fixed-price purchase order for the delivery and installation of the SWIN PC, which is critical to USMARC's mission and must be completed within 45 days of award. This proprietary instrument from Thermo Fisher Scientific is essential for interpreting results, saving reference images, and creating custom anti-biograms, making it the only acceptable replacement for the existing system. Interested vendors must submit their capability statements, including relevant qualifications and documentation, to the primary contact, Brian Workman, at Brian.Workman@usda.gov, by the specified deadline, as this notice serves solely for market research and does not constitute a formal solicitation.
    LI-COR LI-7820 N2O/H2O Trace Gas Analyzer, Analyzer T-split Tubing, and 3-year all inclusive service agreement
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking sources for the procurement of a LI-COR LI-7820 N2O/H2O Trace Gas Analyzer, along with associated tubing and a comprehensive three-year service agreement. The primary requirement is for a high-precision, portable N2O analyzer suitable for soil flux measurements and atmospheric monitoring, with specific technical specifications outlined for performance and connectivity. This equipment is crucial for conducting environmental research and monitoring gas emissions, thereby supporting the USDA's mission in agricultural research. Interested parties are encouraged to respond in writing to this Sources Sought Notice, with inquiries directed to Cecilia McNamee at cecilia.mcnamee@usda.gov or by phone at 985-232-8289, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    Preventative Maintenance Agreement
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors to provide a Preventative Maintenance Agreement for equipment used in research on methane emissions from cattle, located in Las Cruces, New Mexico. The USDA intends to award a sole source contract unless viable competitive options are presented, emphasizing the need for specialized maintenance services for analytical laboratory instruments. This opportunity is critical for ensuring the operational efficiency of research equipment, which plays a significant role in agricultural research and environmental studies. Interested parties should submit a capabilities statement to Contract Specialist James Porter at james.porter@usda.gov, adhering to the guidelines outlined in the Sources Sought Notice, while also complying with the wage determination requirements for service contracts in New Mexico, which mandates a minimum wage of $17.20 per hour for covered workers.
    Palltronic AquaWIT IV Recalibration Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking qualified vendors to provide Palltronic AquaWIT IV Recalibration Services at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The procurement includes a base year of service from November 1, 2024, to October 31, 2025, with four optional one-year extensions, emphasizing the need for certified technicians to ensure compliance with manufacturer warranty stipulations. This service is critical for maintaining the operational efficiency of specialized laboratory equipment, which plays a vital role in agricultural research and bio-defense initiatives. Interested parties must submit their quotes by 9:00 a.m. Eastern Time on October 28, 2024, to Laura Nessa at laura.nessa@usda.gov, and ensure they are registered with the System for Award Management (SAM) to be eligible for consideration.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    Digital Asset Management (DAM) replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking proposals for the replacement of its Digital Asset Management (DAM) system utilized by the U.S. National Arboretum. The objective is to upgrade the existing system, which has been in operation since 2010 and no longer meets federal IT standards, to enhance user experience and functionality while facilitating the migration of over 46,000 digital assets. This initiative is crucial for maintaining an effective digital ecosystem that ensures public access to valuable historical and scientific resources. Interested small businesses must submit their proposals by November 7, 2024, at 9:00 AM PST/PDT, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
    Fruit Fly 2C and 3C Synthethic Lures
    Active
    Agriculture, Department Of
    The US Department of Agriculture (USDA), Animal and Plant Health Inspection Service, is seeking small businesses to manufacture and supply synthetic fruit fly lures, a critical tool for detecting and managing infestations. The solicitation is for an indefinite delivery, indefinite quantity contract, with specific requirements for two- and three-component lures. These lures are essential in survey and eradication programs, targeting Mediterranean and Mexican fruit flies, which pose significant threats to US agricultural interests. Offerors must provide samples, pricing schedules, and information on their capabilities, with contracts awarded based on criteria including price, product quality, and past performance. Key dates include the question deadline on November 30, 2024, and offer submissions due the same day. Contact Mario Garcia at mario.garcia2@usda.gov or 919-257-7535 for more information on this opportunity.
    USDA Forest Service Region 13 Zone 3 Law Enforcement Vehicle Upfiting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfitting services for two law enforcement vehicles, specifically 2024 RAM Power Wagons, to enhance their operational capabilities. The contractor will be responsible for picking up the vehicles, performing necessary modifications to meet federal standards, and delivering them back within a specified timeframe, ensuring compliance with the Forest Service's National Standards and Specifications. This initiative is crucial for maintaining and improving law enforcement readiness within the region, emphasizing the importance of high-quality modifications for safety and operational effectiveness. Quotes must be submitted by October 25, 2024, with a pre-quote question period ending on October 22, 2024. For further inquiries, interested parties can contact Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.
    USDA Forest Service Law Enforcement & Investigation Region 13 Zone 2 Patrol Veh UPFIT
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide upfitting services for law enforcement vehicles, including a 2024 Ram Power Wagon, under RFQ 12318725Q0026. The project involves the procurement and installation of essential emergency equipment, such as lights, sirens, and secure partitions, in compliance with national standards for law enforcement vehicles. This initiative is crucial for ensuring that the Forest Service's law enforcement personnel are equipped with reliable and effective vehicles to support their operational duties. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.