GPS/GSM Avian Transmitters
ID: 12639526Q1161160Type: Presolicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    VRS License Access
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking to procure access to 21 Virtual Reference Stations (VRS), also known as The Utah Reference Network (TURN), from the Utah Geospatial Resource Center (UGRC). This procurement aims to facilitate the determination of fixed positions on the earth's surface, which is crucial for various agricultural and environmental applications. The services provided through this contract will support the USDA's Natural Resources Conservation Service in Utah, enhancing their operational capabilities. Interested parties can reach out to Ms. C. Thomas at chauquetta.thomas@usda.gov or call 817.509.3209 for further details regarding this opportunity.
    Rotary-Wing Commercial Aviation Services in Illinois
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Buyer not available
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    12444123F0092 Prototype Deterrent-Activating Artificial Intelligence System with Integrated Field Camera Scenario
    Buyer not available
    The United States Department of Agriculture (USDA) Forest Service is seeking to procure a prototype Deterrent-Activating Artificial Intelligence (AI) System with an Integrated Field Camera, aimed at deterring coyotes from entering fenced areas while allowing other wildlife to pass freely. This system is designed to detect the approach of coyotes and activate a deterrent, such as an electric barrier, before they reach a designated opening in the fence. The procurement is critical for wildlife management and protection efforts, with an estimated contract value of $12,500 and a performance period of one base year plus two option years, anticipated to commence on December 1, 2023. Interested parties can contact David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further information.
    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.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), intends to award a sole source contract to Holohil Systems Limited for the procurement of 60 XM3CMD-Transmitters. These specialized transmitters are designed for monitoring the Puerto Rican parrot, featuring advanced capabilities such as mortality detection and duty cycling to conserve battery life. This procurement falls under the NAICS code 334220 and will utilize Simplified Acquisition Procedures, with a notice closing date of December 12, 2025, at 5:00 PM Central Time. Interested parties may express their interest and capability to respond within three calendar days of this notice by contacting Jack Skogen at jackskogen@fws.gov.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Supplement 602 Lamb Products - September 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking qualified contractors for the procurement of frozen lamb products as outlined in the updated Supplement 602 for September 2025. This opportunity requires compliance with various standards, including domestic origin certification, food defense protocols, and adherence to animal welfare practices, with a Quality Assessment Division (QAD) grader present during production. The lamb products are intended for federal food and nutrition assistance programs, emphasizing the importance of humane handling and quality assurance in the supply chain. Interested parties should review the detailed requirements and submit their proposals in accordance with the guidelines provided in the Supplement, with further inquiries directed to the AMS office.