INFORMACAST Software & Maintenance Software for USDA to BROADCAST
ID: 12639525Q0095Type: Presolicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 12:00 PM UTC
Description

The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to procure INFORMACAST Software and Maintenance Software Renewal through a Blanket Purchase Agreement (BPA). The procurement includes two main components: an IPTA-M1Y-C I Year Maintenance Subscription for approximately 8,620 units and an SS-1YR-MOB-TIER 1 Informacast Subscription for 250 units, aimed at enhancing the agency's operational efficiency. This software is critical for various applications within the USDA, ensuring compliance with regulatory standards while promoting cost savings through an agency-wide subscription. Interested vendors must submit a capability statement by April 8, 2025, and direct inquiries to Latisha Hollman at latisha.a.hollman@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The U.S. Department of Agriculture’s Animal Plant Health Inspection Service (APHIS) is seeking to award a procurement for INFORMACAST Software & Maintenance Software Renewal. This contract includes two key components: an IPTA-M1Y-C I Year Maintenance Subscription for approximately 8,620 units and an SS-1YR-MOB-TIER 1 Informacast Subscription for 250 units. The vendor must provide comprehensive specifications, including maintenance updates and ensuring an agency-wide subscription for cost savings. Invoicing must comply with specific government requirements, such as being registered in the Invoice Processing Platform (IPP). The document outlines several regulatory clauses and provisions that contractors must adhere to, including those regarding labor standards, business ethics, and federal acquisition regulation compliance. Additionally, clauses regarding prohibitions on contracting with entities linked to certain technologies and telecommunications services are included. The overall purpose of the document is to formalize a government solicitation to procure specialized software services essential for the USDA's operational efficiency while ensuring compliance with extensive regulatory standards to promote fair and ethical contracting practices.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.
Preventative Maintenance for Agilent Technologies HPLCs and GCs with associated detectors
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a Blanket Purchase Agreement (BPA) Call for preventative maintenance services for Agilent Technologies High-Performance Liquid Chromatographs (HPLCs) and Gas Chromatographs (GCs) with associated detectors at the National Wildlife Research Center in Fort Collins, Colorado. The contract will cover essential services including preventative maintenance, on-site repairs, software updates, and remote advisory services, ensuring the operational efficiency of critical scientific instruments used in wildlife research. This procurement is vital for maintaining the functionality of equipment necessary for detecting small molecules, such as rodenticides, and is justified as a sole-source agreement due to Agilent's unique capabilities and the need to uphold manufacturer warranties. Interested parties should submit a capability statement by noon on April 8, 2025, to Latisha Hollman at latisha.a.hollman@usda.gov, with the total estimated cost for the five-year agreement being $118,755.85.
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.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and compliance with federal regulations, including wage determinations, to ensure operational readiness during emergencies. This initiative is crucial for maintaining sanitation facilities for personnel involved in fire response efforts, reflecting the government's commitment to effective disaster management. Interested vendors must submit their proposals by May 7, 2024, at 9:00 AM MT, and can direct inquiries to Dana Price at dana.price2@usda.gov or (202) 205-0913.
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.
Preventative Maintenance for Auto Claves and Washers
Buyer not available
The U.S. Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide preventative maintenance services for autoclaves and washers located in Ames, Iowa. This procurement involves a firm fixed-price contract that includes a base year and four optional years, requiring bidders to account for all associated costs, including supplies and labor. The services are critical for ensuring the proper functioning and compliance of medical, dental, and veterinary equipment, which is essential for the agency's operations. Interested small businesses must submit their quotes, including a signed SF1449 form and proof of past performance, by 3:30 PM (EST) on the specified deadline, with questions directed to Contracting Officer Kathy Melby at kathleen.melby@usda.gov.
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.
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
Buyer not available
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.
Irradiator
Buyer not available
The United States Department of Agriculture (USDA) is seeking proposals for the Irradiator Intrusion Detection System (IDS) under Solicitation No. 12314425Q0110, which encompasses testing and maintenance services for security systems across multiple USDA facilities. The procurement aims to ensure the operational integrity and security of irradiators that handle radioactive materials, with a contract structure comprising a base year and four one-year option periods, from June 1, 2025, to May 31, 2030. This initiative is critical for maintaining stringent safety protocols and compliance with federal regulations, emphasizing the importance of reliable security measures in government operations. Interested vendors must submit their proposals by April 14, 2025, and can direct inquiries to Mr. Carlton Bradshaw at carlton.bradshaw@usda.gov or (202) 993-6285.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), through the Forest Service, is soliciting quotes for the rental of tent systems to support fire suppression and all-hazard incidents across the nation. The procurement aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for fully operational tent systems that include features such as insulation, climate control, and power generation, essential for various operational needs during emergencies. These tent systems will serve as multi-use facilities for personnel and equipment, highlighting their critical role in effective incident response. Interested vendors must submit their proposals, which should comply with federal regulations and include active registration in the System for Award Management (SAM), by the specified deadlines. For further inquiries, potential bidders can contact Kimberly Luft at kimberly.luft@usda.gov or call 720-467-8317. The estimated total value of the contract is $10 million, with a contract period projected to last five years.