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
    Description

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide bale bags for the USDA, AMS Cotton and Tobacco Program through a firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract. This procurement aims to secure a reliable supply of woven polypropylene cotton bale bags, which are essential for the proper handling and storage of cotton bales, ensuring compliance with technical specifications and the Buy American Act. The contract will span five years, with a minimum guarantee of specific quantities delivered across various USDA Cotton Classing Offices, emphasizing the importance of quality control and timely service. Interested vendors must submit their quotations, including required documentation, to Contract Specialist Matthew Phillips at Matthew.Phillips3@usda.gov by March 12, 2025, with the anticipated award date around March 31, 2025.

    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.
    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.
    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
    Similar Opportunities
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Agriculture, Department Of
    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.
    BAG,24" X 40" EU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 24" x 40" bags, classified under the NAICS code 322299 for All Other Converted Paper Product Manufacturing. The procurement includes specific quality assurance requirements, inspection protocols, and first article testing, emphasizing the importance of compliance with military specifications and standards. These bags are critical for various military applications, ensuring secure and efficient storage and transport of supplies. Interested vendors should direct inquiries to James Benes at 771-229-0080 or via email at JAMES.J.BENES3.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined submission timelines and requirements.
    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.
    CHEESE, PROCESSED for use in Domestic Food Assistance Programs.
    Agriculture, Department Of
    The Department of Agriculture's Agricultural Marketing Service (AMS) is seeking offers for the procurement of processed cheese products intended for domestic food assistance programs. This solicitation, identified as Solicitation Number 12-3J14-25-B-0516, includes various cheese items totaling approximately 42,530,400 pounds, with delivery to multiple locations across the United States on a firm-fixed-price basis. The products are crucial for supporting food assistance initiatives, and potential contractors must meet specific vendor qualification requirements established by AMS. Interested parties should submit their offers by October 6, 2025, and can contact Jenny Babiuch at jenny.babiuch@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The Department of Agriculture, through the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), effective September 18, 2025. This solicitation outlines the contract clauses and provisions necessary for USDA's domestic food distribution programs, emphasizing the procurement of agricultural commodities through commercial items and sealed bidding, while integrating updates from the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The document is crucial for ensuring compliance with U.S. origin product requirements and mandates electronic bid submissions via the Web-Based Supply Chain Management (WBSCM) system. Interested vendors can find more information and resources on the USDA website and should direct inquiries to Kyla Stoufer at Kyla.Stoufer@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
    Updated Master Solicitation for Commodity Procurements - International Programs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), which will be applicable for solicitations issued on or after September 11, 2025. This solicitation outlines the contractual framework for international food assistance purchases, emphasizing compliance with updated FAR and AGAR clauses, including provisions related to delivery instructions, regulatory requirements, and penalties for non-compliance. The procurement is crucial for ensuring that commodities meet the "all-products-of-the-United-States" requirement and that bidders understand the solicitation and bid submission processes through the WBSCM system. Interested vendors can reach out to Valerie Dinkel at Valerie.Dinkel@usda.gov for further information, and they are encouraged to visit the USDA's commodity procurement website for additional details.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    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.
    25--TARPAULIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of tarpaulins under solicitation number NSN 2540200048563. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated delivery of 154 units, and a guaranteed minimum quantity of 23 units, to be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). These tarpaulins are critical components for vehicular equipment, ensuring operational readiness and protection in various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The contract term is set for one year or until the total order value reaches $250,000, with an estimated 11 orders anticipated annually.