Bale Bags for USDA, AMS, Cotton & Tobacco Program
ID: 12639525Q0059Type: Solicitation
Overview

Buyer

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

NAICS

Textile Bag and Canvas Mills (314910)

PSC

BAGS AND SACKS (8105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals for a firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract to supply bale bags for the USDA, AMS Cotton and Tobacco Program. The contract, which spans five years from May 1, 2025, to April 30, 2030, requires vendors to provide woven polypropylene cotton bale bags that meet specific technical specifications and comply with the Buy American Act. These bags are crucial for the proper handling and storage of cotton bales, ensuring quality and compliance with agricultural standards. Interested vendors must submit their quotations, including technical samples and past performance references, by March 12, 2025, to Matthew Phillips at the USDA, with the anticipated award date around March 31, 2025. For further details, vendors can reach out to Matthew Phillips via email at matthew.phillips3@usda.gov or by phone at 479-301-8811.

Point(s) of Contact
Files
Title
Posted
The document outlines a solicitation for the provision of bale bags for the USDA's Agricultural Marketing Service (AMS), specifically for cotton and tobacco. It presents a structured list of items with quantities ranging from 1 to 4,500 bags across various classing offices, including locations in Texas, Georgia, South Carolina, Louisiana, and California. The solicitation mentions an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, allowing for flexibility in ordering over five one-year periods from May 2025 to April 2030. Each ordering period includes both bale bags and corresponding shipping guarantees that will be defined at the order level. Vendors are required to complete specified sections of the document in yellow for pricing and to ensure compliance with submission guidelines. The emphasis is on securing a minimum guarantee for the first ordering period and outlining future procurement processes for the USDA, emphasizing efficiency and clear expectations for delivery and costs associated with the mandated supplies and shipping. This solicitation highlights the federal government's approach to acquiring essential agricultural supplies in a structured, transparent manner.
The document outlines a solicitation, identified as 12639525Q0059, issued by the USDA for the procurement of bale bags under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract encompasses supplies for various USDA AMS Cotton Classing Offices located in Texas, South Carolina, Georgia, Tennessee, Louisiana, and California. Vendors are instructed to complete specified sections in the solicitation to submit their price quotations. The document defines minimum guarantees for bale bags and shipping services at each classing office for five distinct ordering periods, spanning from May 1, 2025, to April 30, 2030. Quantities and pricing are to be finalized upon order but must reflect the minimum guaranteed amounts at contract award. The overall purpose is to secure a reliable source of merchandise while establishing vendor accountability and defining delivery logistics. The solicitation underscores the federal government's structured procurement process, emphasizing compliance among potential vendors.
The Vendor Experience & Past Performance Sheet is a crucial document utilized in government solicitations, such as Requests for Proposals (RFPs) and grants. It collects data regarding a vendor's history and capabilities, providing insights into past contract performances. The structure consists of two primary sections: Contract Identification and Customer Identification. Under Contract Identification, information is gathered about the contractor’s name, contract number, role (e.g., prime or subcontractor), contract performance dates, and location. It also requires details about total contract value and specific contract requirements, including any unique conditions or issues encountered during performance. The Customer Identification section captures the client's information, including the name, title, agency/company, contact details, and email. This comprehensive approach helps assess the reliability and competence of vendors for future government contracts. Ultimately, this document plays a vital role in ensuring accountability and quality when selecting contractors for government projects.
The document outlines federal procurement regulations related to telecommunications, video services, and small business classifications critical for government contract compliance. It highlights the prohibition of contracting with entities that use covered telecommunications equipment or services, as mandated by the John S. McCain National Defense Authorization Act. Offerors must clearly represent their use of such covered services, provide vendor details if applicable, and refer to the SAM for compliance verification. It also establishes definitions for small business classifications, including economically disadvantaged and women-owned small business concerns, and requires offerors to self-certify their status in accordance with various small business regulations. The provision emphasizes due diligence in confirming compliance with federal standards, particularly regarding prohibited sources and the necessity of transparency about ownership and tax liabilities. The regulations aim to enhance security in federal acquisitions and ensure fair opportunities for small businesses in government contracting, aligning with broader governmental accountability and support for disadvantaged entities.
The Buy American Certificate in Solicitation 12639525Q0059 outlines requirements for Offerors regarding domestic and foreign end products. Offerors must certify that all end products are domestic unless specified otherwise. They must list any foreign end products made in the U.S. that do not meet domestic criteria and indicate whether these products exceed 55% domestic content, unless exempt as COTS items. Additionally, the certificate requires the identification of domestic end products that contain critical components. The government will assess offers based on compliance with the Federal Acquisition Regulation's policies and procedures outlined in part 25. This document emphasizes the importance of domestic sourcing in government procurements, aligning with national objectives to support domestic manufacturing and ensure quality standards.
Mar 21, 2025, 10:08 PM UTC
Feb 18, 2025, 4:05 PM UTC
Mar 21, 2025, 10:08 PM UTC
Feb 18, 2025, 4:05 PM UTC
Mar 21, 2025, 10:08 PM UTC
This amendment clarifies specifications for bale bags in a federal solicitation, including the requirement for a "Buy American Certificate" to accompany vendor quotations. The bale bags must fit tightly around bales while allowing for sampling, minimizing bursting, and securely covering the heads of the bales. Specifically, the bags should have a minimum length of 100 inches and an opening of at least 72 inches, with gussets of equal width, tolerating a variation of plus or minus 1 inch. All other terms and conditions of the solicitation remain unchanged, emphasizing the need for compliance with these requirements for potential vendors. This document reflects the procedural standards typical in government Requests for Proposals (RFPs), ensuring that suppliers adhere to specified guidelines relevant to product specifications and domestic sourcing.
Mar 21, 2025, 10:08 PM UTC
The document is a Request for Proposals (RFP) for the procurement of cotton bale bags by the USDA Cotton Classing Offices, under Solicitation No. 12639525Q0059. The RFP outlines the specifications, locations, and quantities related to the minimum guarantee for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. A total of 15,250 bags are to be delivered across various offices within a specific timeframe post-award. Key points include details on required specifications for the bags, such as material quality (100% cotton, polyethylene, and polypropylene options), construction standards, and testing methods to ensure compliance with specified criteria. The document includes specific information regarding weight, seam types, and durability requirements. Additionally, the RFP specifies the arrangement for five ordering periods, spanning from 2025 to 2030, with quantities and destinations outlined in a detailed format. This procurement effort emphasizes the need for robust, reliable materials to maintain cotton quality during storage and transportation, reflecting the USDA’s focus on strategic resource management and supply chain integrity in agricultural operations.
The USDA's Animal and Plant Health Inspection Service (APHIS) has released a Request for Proposal (RFP) for the procurement of cotton bale bags and associated shipping services across multiple USDA Cotton Classing Offices. The contract is structured as a firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement with a minimum guarantee of specific quantities delivered over five ordering periods from May 1, 2025, to April 30, 2030. The RFP outlines detailed specifications for the materials used in the bags, including strength requirements, fabric construction, and the prohibition of certain contaminants. Each delivery will be specified by individual delivery orders, with shipping costs indexed separately. Contractual obligations under this RFP emphasize compliance with performance specifications and highlight the importance of quality control measures throughout procurement and delivery processes. The initiative underscores the USDA's commitment to maintaining high standards in agricultural resource management while ensuring that suppliers are accountable for product quality and timely service.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide sample sacks for the USDA Agricultural Marketing Service's Cotton and Tobacco Program. The procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract lasting five years, with the government anticipating the award around March 31, 2025. These sample sacks are crucial for cotton classification processes, ensuring compliance with technical specifications and the Buy American Act. Interested vendors must submit their quotations, including technical samples and past performance references, by March 12, 2025, to Matthew Phillips at matthew.phillips3@usda.gov. The contract will be awarded based on a combination of technical qualifications, past performance, and price considerations.
Wire Ties for the USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide wire ties for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract lasting five years, with the government anticipating the award to be made around March 31, 2025. The wire ties are critical for agricultural operations, particularly in the cotton industry, and must meet specific technical specifications and compliance with the Buy American Act. Interested vendors must submit their quotations, including samples and required documentation, to Contract Specialist Matthew Phillips at matthew.phillips3@usda.gov by the deadline of March 12, 2025, to be considered for this opportunity.
Hay and Cornstalk Baling IDIQ - RFQ
Buyer not available
The United States Department of Agriculture (USDA) is soliciting quotes for a baling contract (Solicitation Number: 12505B25Q0095) to perform hay and cornstalk baling at the National Animal Disease Center in Ames, Iowa. The contract requires the contractor to cut, condition, rake, and bale approximately 80 acres of mixed grass, alfalfa, and up to 70 acres of cornstalks, adhering to specified quality standards and environmental regulations. This initiative is part of USDA's commitment to agricultural research support, with a total estimated budget of $13.5 million, and operations are scheduled from May 1 to November 30, 2025. Interested contractors must submit their quotes electronically by the specified deadline and can contact Aaron Dimeo at aaron.dimeo@usda.gov or 608-416-0027 for further inquiries.
Blood Boxes
Buyer not available
The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for the procurement of blood boxes and inner partitions to support the National Veterinary Stockpile in managing cattle and swine disease samples. Vendors are required to submit a signed SF 1449 Form, a price schedule, a technical proposal demonstrating compliance with specifications, proof of registration in the System for Award Management (SAM), and sample submissions by April 30, 2025. This procurement is crucial for maintaining effective veterinary supplies and ensuring timely responses to animal health emergencies, with a firm fixed purchase order contract anticipated to be awarded around May 9, 2025. Interested parties should direct inquiries to Margaux Nenichka at Margaux.G.Nenichka@usda.gov and ensure compliance with all submission guidelines and deadlines.
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.
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.
Facilities Maintenance Services for the USDA, AMS, Cotton and Tobacco Program in Lamesa, TX and Lubbock, TX
Buyer not available
The United States Department of Agriculture (USDA) is soliciting proposals for Facilities Maintenance Services for its Agricultural Marketing Service (AMS) Cotton and Tobacco Program at locations in Lamesa and Lubbock, Texas. The contract will encompass a range of services including routine preventive maintenance, emergency repairs, and inspections of essential building systems such as HVAC, air compressors, and boilers, ensuring optimal operational efficiency in accordance with manufacturers' guidelines. This procurement is crucial for maintaining the infrastructure that supports USDA operations, with a contract period starting from May 4, 2025, and extending through April 30, 2030, including a base year and four optional one-year periods. Interested vendors must submit their proposals by April 11, 2025, and can direct inquiries to Matthew Phillips at Matthew.Phillips3@usda.gov or by phone at 479-301-8811.
Solicitation_Enhanced Parachutist Drop Bag
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Enhanced Parachutist Drop Bags under Solicitation W912CH-24-Q-0027. This opportunity has transitioned from a five-year indefinite delivery indefinite quantity (IDIQ) contract to a one-time purchase of 500 units, emphasizing the need for compliance with federal acquisition regulations and quality standards. The Enhanced Parachutist Drop Bags are critical for military operations, ensuring effective aerial delivery and recovery systems. Interested small businesses must submit their proposals by May 6, 2025, at 3:30 PM EST, and can direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
81--BAG,ODOR BARRIER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of odor barrier bags, specifically NSN 8105015250531. The requirement includes a total of 141 units to be delivered to DLA Distribution Puget Sound within 210 days after the order date, along with an additional single unit to be delivered within 120 days. These bags are crucial for packaging and preserving sensitive materials, ensuring they remain uncontaminated during storage and transport. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
Section 32 Chicken And Chicken Products for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of chicken and chicken products to support domestic food assistance programs. The solicitation includes key items such as frozen chicken drumsticks and whole chickens, with specific pricing and packaging requirements outlined, and deliveries are expected between May 16 and July 31, 2025. This procurement is vital for ensuring a reliable supply of poultry products for distribution, reflecting the government's commitment to food quality and civil rights compliance. Interested contractors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by April 7, 2025, and can direct inquiries to primary contact Adele L. Jackson Croal at adele.l.croal@usda.gov or secondary contact Valerie Dinkel at Valerie.Dinkel@usda.gov.