Aviation Services for Aerial Rabies Vaccine Dispersal
ID: 12639525Q0085Type: Presolicitation
Overview

Buyer

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

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)
Timeline
    Description

    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for commercial aviation services to facilitate aerial rabies vaccine bait dispersal as part of the National Rabies Management Program (NRMP). This procurement aims to secure a firm fixed price indefinite delivery indefinite quantity contract, which will consist of three ordering periods, each lasting twelve months, starting from an anticipated effective date of April 15, 2025. The services are critical for managing wildlife health and preventing the spread of rabies, thereby ensuring public safety and animal welfare. Interested parties should monitor the sam.gov website for the solicitation, expected to be available around March 13, 2025, and can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.
    Feral Swine Panel Trap Systems
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure Feral Swine Panel Trap and Remote/Cellular Operated Corral Trapping Systems for distribution to various staging sites across the continental United States. This procurement aims to support the National Feral Swine Damage Management Program, which is crucial for managing the impact of feral swine populations on agriculture and ecosystems. The solicitation will result in a one-time purchase order, with delivery required to multiple locations within the continental U.S., and is set aside for small businesses under NAICS code 114210, with a size standard of $8.5 million. Interested parties should monitor the sam.gov website for the solicitation, expected to be available around March 13, 2025, and can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433.
    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.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Co-Ral with 42% Coumaphos active strength
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to establish a sole source contract with Covetrus North America LLC for the procurement of Coumaphos Co-Ral, an insecticide critical for the Cattle Fever Tick Eradication Program. This contract, valued at approximately $3 million over three years, aims to support efforts in mitigating cattle fever ticks, with an initial funding amount of $509,000 allocated for fiscal year 2025. Coumaphos Co-Ral is the only dip currently permitted that meets the necessary regulatory criteria, having been evaluated for both efficacy and safety, underscoring its importance in maintaining cattle health. Interested parties can reach out to Jason L. Wilking at Jason.L.Wilking@usda.gov or call 612-336-3210 for further information regarding this opportunity.
    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.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Operations and Reporting System (OARS)
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to extend an existing firm-fixed-price GSA task order with Axiom Resource Management, Inc. for IT services related to the Wildlife Services’ Operations and Reporting System (OARS) for an additional eight months. This extension is necessary to complete the final development and testing phases, ensuring a go-live date of October 14, 2025, along with a hyper-care period for addressing post-launch issues. The project is critical as it involves specialized IT services that are essential for the effective management of wildlife operations, and the current contractor possesses the unique expertise required at this advanced stage of development. Interested parties can reach out to Larry Nelson at larry.d.nelson@usda.gov or by phone at 612-336-3225 for further information.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.