Swing Sling and Hammock Sets
ID: 12805B25Q0088Type: Combined Synopsis/Solicitation
AwardedApr 1, 2025
$14.4K$14,430
AwardeePANEPINTO, SAUER AND ASSOCIATES, INC Loveland CO 80538 USA
Award #:12805B25P0049
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
    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
    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.
    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.
    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
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent Research Swine
    Dept Of Defense
    The Defense Health Agency (DHA) is issuing a Notice of Intent to procure research swine through a Sole Source negotiation with Midwest Research Swine, LLC. The procurement involves the supply of High Health Status Yorkshire-cross and Duroc research swine, which are critical for the United States Army Institute of Surgical Research's ongoing research efforts. This opportunity follows a previous award and is not open for competitive quotations; however, interested parties may submit capability information by December 18, 2025, to determine the potential for competitive procurement. For inquiries, contact Andy Shortall at william.a.shortall.civ@health.mil or call 301-619-2212.
    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.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Agriculture, Department Of
    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.
    FPPS Animal Handling and Welfare, April 2025
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has announced an updated Federal Purchase Program Specification (FPPS) for Animal Handling and Welfare, effective April 2025. This procurement focuses on establishing humane animal handling protocols for facilities processing bovine, porcine, and ovine species, requiring compliance with the Meat Institute's guidelines, employee training programs, and a quality management plan. The initiative aims to enhance animal welfare practices throughout the supply chain, ensuring that facilities undergo regular audits to maintain eligibility for AMS programs. Interested parties should review the updated specifications and prepare for compliance to meet the outlined 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.
    Final Supplement 213 Beef Special Trim, May 2025
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking contractors for the procurement of Beef Special Trim (Fresh/Frozen) as part of federal nutrition assistance programs, with an updated Supplement 213 effective until May 2025. Contractors must adhere to specific eligibility criteria, including a competitive bidding process and the submission of technical proposals that demonstrate compliance with quality assurance methods, animal welfare standards, and food safety regulations. This procurement is crucial for ensuring a reliable supply of high-quality beef products that meet federal standards, thereby supporting various USDA programs. Interested parties should review the detailed requirements outlined in the Supplement and prepare their proposals accordingly, as compliance will be monitored by AMS's Quality Assessment Division.
    Cattle for National Animal Vaccine & Veterinary Countermeasures Bank (NAVVCB) Potency Study of foot and mouth disease
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure cattle for the National Animal Vaccine & Veterinary Countermeasures Bank (NAVVCB) to conduct a potency study of foot and mouth disease. This procurement aims to ensure the availability of live animals, not raised for food, which are critical for evaluating vaccine efficacy and developing veterinary countermeasures. The performance will take place in Ames, Iowa, and is vital for maintaining animal health and preventing disease outbreaks. Interested parties can reach out to Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535 for further details regarding this opportunity.
    Irradiated Rodent Feed
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of Certified and Irradiated Rodent Diet Feed NIH-07 and NTP-2000, along with Assay Analysis, under the combined synopsis/solicitation 76F40125Q132188. This opportunity is set aside for small businesses and requires adherence to specific technical standards regarding feed irradiation, contaminant analysis, nutritional content, and facility sanitation, as outlined in the solicitation documents. The goods are essential for research purposes at the National Center for Toxicological Research (NCTR) and will be procured through a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with a guaranteed minimum of $5,000 and an estimated maximum of $350,000 over a five-year ordering period. Proposals are due by December 22, 2025, at 1:00 PM Central Time, and interested parties can contact Howard Nesmith at howard.nesmith@fda.hhs.gov or by phone at 870-543-7459 for further information.
    Supplement 602 Lamb Products - September 2025
    Agriculture, Department Of
    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.