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
    Notice of Intent to Sole Source: Wildlife GPS collars & Transmitters
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking to sole-source procure 80 wildlife GPS collars and 30 vaginal implant transmitters from Advanced Telemetry Systems Inc. This specialized equipment is essential for tracking white-tailed deer, wild pigs, and coyotes, featuring advanced capabilities such as satellite communication, user-commandable release mechanisms, and sensors for monitoring birthing. The total estimated value of this procurement is $150,000, with responses due by September 16, 2024. Interested vendors may express their capability to meet the specifications, although this notice is not a request for competitive quotes, and responses will be used solely to determine if competitive procurement is warranted. For further inquiries, contact Julie Nawrozzada at juricka.nawrozzada@usda.gov.
    Solicitation for Trailer Demolition in Webb County, Texas
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for the demolition and removal of a camp trailer located at Briscoe Apache Ranch in Webb County, Texas. The project aims to support the Cattle Fever Tick Eradication Program (CFTEP) by safely dismantling the trailer and associated infrastructure, which includes multiple tanks and a radio repeater shed, while adhering to environmental regulations and federal labor standards. This procurement is exclusively open to small businesses under NAICS code 238910, with a contract value estimated between $25,000 and $100,000, and requires submissions by September 17, 2024. Interested contractors should direct inquiries to Amanda Imlach at amanda.imlach@usda.gov and ensure participation in a mandatory site visit scheduled for September 11, 2024.
    Notice of Intent to Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.
    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.
    Frozen Pork And Ham Products for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking offers for the procurement of frozen pork and ham products intended for various domestic food assistance programs, including the National School Lunch Program. The solicitation will require bidders to submit offers electronically via the Web-Based Supply Chain Management System by September 20, 2024, with deliveries anticipated between November 1 and December 31, 2024. This procurement is crucial for supporting federal food initiatives, with a total solicitation quantity of approximately 2.6 million pounds, and compliance with federal regulations is mandatory. Interested contractors can reach out to LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further inquiries.
    Chicken And Chicken Products (Bulk) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of bulk chicken and chicken products to support domestic food assistance programs. The solicitation emphasizes strict compliance with USDA regulations, including a minimum load weight of 36,000 pounds and specific packaging requirements, with deliveries scheduled between November 1 and December 31, 2024. This procurement is vital for ensuring the availability of quality food products for federal distribution, and it includes provisions for small business set-asides and other preferences. Interested contractors must submit their offers electronically via the Web-Based Supply Chain Management System (WBSCM) by 1:00 PM CT on September 20, 2024, and can contact LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    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.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and other obstructions along the fence line. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is set to commence in June 2025 and conclude by September 2025, with a budget magnitude estimated between $100,000 and $250,000. Interested contractors can reach out to Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981 for further details.
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    Frozen Beef Products (Type 1) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of Frozen Beef Products to support its domestic food assistance programs. The solicitation, identified as Bid Invitation Number 2000010350, requires a total of 10,080,000 pounds of beef, which must originate from livestock born, raised, and harvested in the United States, with strict adherence to food safety and defense certifications. This procurement is significant as it plays a crucial role in supplying food assistance to various locations across the U.S., with deliveries scheduled between November 1, 2024, and December 31, 2024. Interested vendors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by 1:00 PM CT on September 20, 2024, and can direct inquiries to LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.