Feral Swine Trappings Systems - Remote Gate & Camera System
ID: 12639524Q0243Type: Solicitation
Overview

Buyer

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

NAICS

Hunting and Trapping (114210)

PSC

DAIRY, POULTRY, AND LIVESTOCK EQUIPMENT (3730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The US Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS) seeks to procure remote-controlled feral swine trapping systems. These systems are intended to mitigate the damage caused by feral swine across various locations in California.

    The scope of work involves the supply and delivery of 14 remote trapping systems, each comprising a gate with a receiver and a 4G camera with accessories. The trapping systems must be delivered to the Wildlife Services State Office in Reno, Nevada, by September 30, 2024. The USDA has specified detailed requirements for the trapping systems, including dimensions and specifications for the gate and camera.

    Applicants for this firm-fixed price contract should be aware of several eligibility criteria. The solicitation extends the closing date for submissions to August 1, 2024, at 2:00 PM Central Time. To be considered, applicants must register in the System for Award Management (SAM.gov) and provide the required information, including acknowledgments, pricing schedules, and technical details.

    The selection process will evaluate applicants based on the clause 52.212-2, among other criteria. Successful applicants will be required to deliver the trapping systems at a fixed price, with unit prices specified for each of the line items.

    For clarification or further details, interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or 1-612-336-3602.

    Point(s) of Contact
    Files
    Title
    Posted
    ion or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and www.usda.gov/procurement/policy/agar.html NUMBER TITLE DATE 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2022) 52.204-17 Ownership or Control of Offeror (Jul 2022) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Nov 2022) 52.211-6 Brand Name or Equal (Aug 2022) 52.212-1 Instructions to Offerors-Commercial Items (Oct 2022) 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2022) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2024) 52.225-1 Buy American-Supplies (May 2021) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Provisions (Apr 18) 52.252-7 No Setoffs (Apr 18) (End of Provisions) Procurement Summary: This amendment to a solicitation by the USDA's Animal and Plant Health Inspection Service (APHIS) extends the closing date for submissions and includes an additional evaluation clause. The objective is to procure fourteen remotely triggered feral swine trapping systems, along with associated hardware and accessories. These systems will be deployed in various environments in California to mitigate damage caused by feral swine to private property, orchards, and agricultural lands. The scope of work includes the acquisition and delivery of the trapping systems and all specified items to the Wildlife Services State Office in Reno, Nevada, by September 30, 2024. The delivery location and USDA technical point of contact are provided. The trapping systems should include a remotely triggered gate with a receiver box, remote control, and battery, as well as a 4G camera with battery assembly, power cable, charger, and camera mount. In terms of specifications, the gate should be 6 feet high and 8 feet wide, with a black rust-resistant paint finish, and attachable to specific trap panels. The camera should be a 4G LV M.I.N.E. cell camera with the listed accessories. The total estimated value of the contract is not provided, but unit prices are requested for each line item, with a total of 14 units of each item. Quoters must submit their quotes by the new deadline, along with the required information, including a cover page, acknowledgement of amendments, completed pricing schedule, technical information, and representations and certifications. The evaluation criteria include the clause 52.212-2, Evaluation-Commercial Products and Commercial Services, which was added via this amendment. Key dates include the extended solicitation closing date of August 1, 2024, at 2:00 PM Central Time, and the delivery date of September 30, 2024. The amendment also emphasizes the requirement for tax exemption and the need for prospective contractors to be registered in the System for Award Management (SAM.gov).
    Lifecycle
    Title
    Type
    Similar Opportunities
    High-density Single Nucleotide Polymorphism Genotyping for Porcine (Invasive Feral Swine)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking sources capable of providing High-density Single Nucleotide Polymorphism (SNP) genotyping services for invasive feral swine using an Illumina or equivalent Bead Array Platform. The procurement aims to fulfill ongoing genotyping needs, requiring the generation of data from a high-density array that returns a minimum of 60,000 autosomal loci, along with DNA extraction from diverse sample types. This initiative is crucial for the USDA's Wildlife Services and National Wildlife Research Center's Genetics Project, ensuring continuity with existing datasets. Interested vendors must submit their capability statements and relevant information by September 10th at 12 PM PST to Samantha Johnson at samantha.johnson3@usda.gov.
    Sheep/Range Camp
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals for the procurement of a specialized sheep/range camp intended for use by its Wildlife Services in Nevada. This mobile housing unit must not exceed 19 feet in length and include essential facilities such as a shower, toilet, and kitchen/bathroom sinks to support employees engaged in resource protection activities in remote mountainous areas. The contract requires a fixed price for the unit's acquisition and delivery to the Wildlife Services State Office in Reno, NV, within 30 days of completion, ensuring compliance with federal procurement standards. Interested vendors should submit a complete quote, including acknowledgment of amendments and necessary certifications, by the specified bid deadline; for further inquiries, contact Latisha Hollman at latisha.a.hollman@usda.gov.
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.
    Trimble Equipment NRCS Wyoming
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide Trimble GPS surveying equipment for the Natural Resources Conservation Service (NRCS) in Wyoming. The procurement includes various models of Trimble R12i receivers and TSC7 controllers, along with necessary calibration, support, warranty, and repair services, which must be performed by authorized service providers in the region. This equipment is critical for the USDA's operational capabilities, ensuring compatibility with existing systems and adherence to federal regulations. Interested vendors must submit their quotes by September 10, 2024, with delivery expected within 120 days after order receipt, and calibration to occur 60 days post-delivery. For further inquiries, contact Sandra Driver at sandra.driver@usda.gov or Nancy W. Harris at nancy.harris@usda.gov.
    FERAL BURRO GATHER AND REMOVAL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking a qualified contractor for the Feral Burro Gather and Removal project at the Mojave National Preserve. The objective is to gather and capture feral burros using skilled ground crews and a helicopter, with an estimated population of 100 to 200 burros targeted for removal. This initiative is crucial for effective wildlife management within national preserves, ensuring the ecological balance and compliance with wilderness laws. Interested small businesses must submit their quotes by September 16, 2024, with the contract performance scheduled from September 25, 2024, to September 24, 2025. For further inquiries, contact Michelle Harrison at MichelleAHarrison@nps.gov or call 760-367-5517.
    Fruit Fly 2C and 3C Synthethic Lures
    Active
    Agriculture, Department Of
    The US Department of Agriculture (USDA), Animal and Plant Health Inspection Service, is seeking small businesses to manufacture and supply synthetic fruit fly lures, a critical tool for detecting and managing infestations. The solicitation is for an indefinite delivery, indefinite quantity contract, with specific requirements for two- and three-component lures. These lures are essential in survey and eradication programs, targeting Mediterranean and Mexican fruit flies, which pose significant threats to US agricultural interests. Offerors must provide samples, pricing schedules, and information on their capabilities, with contracts awarded based on criteria including price, product quality, and past performance. Key dates include the question deadline on November 30, 2024, and offer submissions due the same day. Contact Mario Garcia at mario.garcia2@usda.gov or 919-257-7535 for more information on this opportunity.
    Saddle Mtn. NWR Aerial Herbicide ~129 Acres
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide aerial herbicide application services for approximately 129 acres at the Hanford Reach National Monument in Washington. The contract, structured as a total small business set-aside, requires the application of two specific herbicides, Rejuvra (Indaziflam) and Plateau (Imazapic), with a performance period from October 1 to December 15, 2024. This initiative is crucial for ecological restoration efforts aimed at managing non-native grassland habitats, aligning with broader federal conservation goals. Interested contractors must submit their quotes by September 13, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Tariq Malveaux at tariqmalveaux@fws.gov or call 980-368-0242.
    Trimble Equipment NRCS Colorado
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Farm Production and Conservation Business Center, is seeking qualified small businesses to provide Trimble GPS surveying equipment and associated services for the Natural Resources Conservation Service (NRCS) in Colorado. The procurement includes the supply of Trimble equipment, software, calibration, support, and warranty services, all of which must be performed by authorized Trimble service providers to ensure compatibility with existing USDA systems. This acquisition is critical for the NRCS's operational needs and reflects the USDA's commitment to fostering small business participation in federal contracting. Interested vendors must submit their quotes by 1:00 pm ET on September 10, 2024, with delivery of the equipment expected within 120 days after award and calibration to be completed within 60 days post-delivery. For further inquiries, contact Sandra Driver at sandra.driver@usda.gov or Nancy W. Harris at nancy.harris@usda.gov.
    Xante X-36 UV Inkjet Flatbed Printer and Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals for the procurement of a Xante X-36 UV Inkjet Flatbed Printer along with maintenance services. This initiative aims to acquire one printer to support the PDMCS branch in Riverdale, Maryland, thereby reducing the agency's reliance on external printing services. The printer's specifications include detailed dimensions, print capabilities, and software compatibility, with an emphasis on vendor-provided technical support to ensure operational efficiency. Proposals must be submitted by September 16, 2024, and interested vendors should contact Margaux Nenichka at Margaux.G.Nenichka@usda.gov for further information. Compliance with Federal Acquisition Regulations and active registration with the System for Award Management (SAM) are required for participation in this procurement process.
    Goat livestock grazing of woody vegetation through the targeted grazing method.
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors for a goat livestock grazing project aimed at managing woody vegetation through targeted grazing methods at the Midewin National Tallgrass Prairie in Wilmington, Illinois. The primary objective is to control invasive plant species and enhance habitats for grassland birds by utilizing goats as a biological control method over a five-year period, with multiple contracts anticipated under a firm fixed-price, indefinite delivery, indefinite quantity (IDIQ) framework. This initiative is crucial for promoting sustainable land use practices and ecological restoration, aligning with federal objectives for environmental stewardship. Interested small businesses must submit their proposals electronically, ensuring compliance with the Service Contract Act and maintaining an active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Grace Budde at grace.budde@usda.gov or David Easter at david.easter@usda.gov.