Swing Sling and Hammock Sets
ID: 12805B25Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Support Activities for Animal Production (115210)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:00 PM UTC
Description

The Department of Agriculture, specifically the Agricultural Research Service, is seeking proposals for the procurement of two sets of swine slings and hammocks for the National Agro and Bio-Defense Facility located in Manhattan, Kansas. The contract, designated as Solicitation Number 12805B25Q0088, is a firm-fixed-price award set aside for small businesses under NAICS code 115210, with a focus on ensuring compliance with specific technical requirements outlined in the solicitation. These specialized tools are critical for effective animal management practices, particularly in veterinary care and research settings, as they facilitate safe handling and blood collection from swine. Interested vendors must submit their electronic quotes by 4:00 PM (CST) on January 31, 2025, to David Hildebrand at david.hildebrand@usda.gov, with delivery expected within 75 days after the order is placed.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 3:05 PM UTC
The document outlines specifications for procuring two crank sling restraint systems designed for swine, which must meet specific minimum requirements to ensure safe handling. These requirements include construction from chemical and rust-resistant materials like aluminum or stainless steel, capacity to hold pigs weighing up to 250 pounds, and the ability to facilitate easier blood collection with ventral access. The sling must also be equipped with lockable casters for stability when in use and be available in multiple sizes to accommodate pigs from 50 to 250 pounds. The delivery address is the NBAF External Warehouse in Manhattan, Kansas, with a specified delivery date of March 1, 2025. The point of contact for this procurement is Tracy Miesner. The document emphasizes the need for these specialized tools as part of effective animal management practices in accordance with federal requirements, highlighting their importance in veterinary care and research settings.
Jan 21, 2025, 3:05 PM UTC
The document outlines Solicitation Number 12805B25Q0088, issued by the Agricultural Research Service for the procurement of two sets of swine slings and hammocks for the National Agro and Bio-Defense Facility in Manhattan, Kansas. This request for quotation (RFQ) is designated as a firm-fixed-price contract and is specifically set aside for small businesses under NAICS code 115210. The evaluation process will follow the Lowest Priced Technically Acceptable (LPTA) criteria, with two main technical factors: compliance with specified characteristics and submission of the appropriate FAR provisions. Proposals must be submitted electronically by January 31, 2025, with completion within 75 days after order receipt. The document also details instructions for offerors, contract terms, and necessary clauses, such as payment requirements and invoicing through the Invoice Processing Platform. Furthermore, it emphasizes the government's right to cancel the solicitation at any time without obligation for reimbursement. Overall, this solicitation is a strategic initiative to support animal production research in a way that aligns with federal regulations and small business support.
Jan 21, 2025, 3:05 PM UTC
The document addresses inquiries related to the Swing Sling opportunity with a specific focus on the delivery timeline initially set for March 1st. An industry question raised concerns whether the lead time could be extended to 45-60 days. In response, the government clarified that the delivery date specified in Attachment 1 should be disregarded, indicating that a 75-day timeline will be provided at the time of award as noted on page 8 of the solicitation. This exchange highlights the government's flexibility regarding lead times in contract awards, ensuring that industry participants are informed of the correct terms for delivery timelines. The communication reflects standard practices in the context of federal RFPs, whereby clarifications and adjustments are communicated to support vendors in the bidding process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Bale Bags for USDA, AMS, Cotton & Tobacco Program
Buyer not available
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.
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.
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.
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.
Camfil CamControl and SafeScan Service and Technical Support Services
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking potential small business sources to provide Camfil CamControl and SafeScan Service and Technical Support Services at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The procurement aims to ensure the operational performance of government-owned scanning equipment and HEPA filter housings through preventative maintenance, corrective repairs, and technical support, with a contract duration of one year and options for four additional years. This opportunity is critical for maintaining safety and compliance standards in federal facilities, emphasizing the need for contractors to be certified by Camfil and adhere to stringent security protocols. Interested businesses should submit their capabilities statements electronically to Laura Nessa at laura.nessa@usda.gov, with no obligation for the government to award a contract based on responses received.
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.
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.
MALDI-TOF Mass Spectrometer
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
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.
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.