LF RFID 840 USDA Official ID button-type Tags
ID: 12639525Q0002xType: Sources Sought
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking manufacturers to supply plastic tamper-evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for swine. The procurement aims to identify qualified manufacturers who can provide these tags, which are essential for the official identification of swine across the nation, ensuring compliance with USDA regulations. Interested manufacturers must be USDA approved low frequency 840 device manufacturers, or have submitted an acceptable application for approval prior to the solicitation closing date, with the anticipated contract being a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for a period of five years. For further inquiries, interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FMD Vaccine Sources Sought
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is conducting a sources-sought notice to identify manufacturers capable of producing, storing, and delivering Foot and Mouth Disease (FMD) vaccines. The USDA aims to enhance its vaccine preparedness by acquiring sufficient quantities of FMD vaccines or vaccine precursors to support response activities in the event of an outbreak, focusing on both inactivated products and novel vaccine platforms. This initiative is critical for safeguarding the U.S. livestock industry from the severe economic and health impacts of FMD, with responses due by 1:00 PM EST on October 25, 2024. Interested parties should submit their capability statements to Amanda Imlach at amanda.imlach@usda.gov and Charmion Harris at charmion.harris@usda.gov.
    OneVision Seammate System
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Food Safety and Inspection Service (FSIS) intends to award a sole source contract to OneVision Corporation for the acquisition of the SeamMate® System with Pro 400 Video Module. This procurement is essential for meeting specific ISO/IEC 17025 standards, as the equipment must possess NIST traceability and fulfill the agency's laboratory needs with its fully enclosed and automated design, which enhances safety and operational efficiency. The contract, valued as a firm-fixed price, is set aside for small businesses, reflecting the government's commitment to supporting smaller entities in the contracting process. Interested parties may submit capability statements for future competitive procurement consideration by September 30, 2024, and should direct inquiries to Eric Schnitzler at Eric.Schnitzler@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.
    Domestic Origin of Meat Produced for Federal Nutrition Assistance Programs January 2024
    Active
    Agriculture, Department Of
    Special Notice: AGRICULTURE, DEPARTMENT OF - AGRICULTURAL MARKETING SERVICE - USDA AMS 3J14 The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued a special notice regarding the domestic origin of meat produced for federal nutrition assistance programs. The notice clarifies that meat products used in these programs must come from animals that are born, raised, and slaughtered in the United States. AMS procures food products of domestic origin for nutrition assistance programs and regularly evaluates the effectiveness of its food purchase programs. The guidelines for procuring beef, pork, lamb, and bison products were found to be unclear, prompting the need for clarification. To ensure compliance with the domestic origin requirement, vendors must not knowingly procure animals from outside the U.S. for use in federal nutrition assistance programs. Additionally, vendors must not knowingly slaughter animals clearly marked as imported to produce meat for these programs. USDA regulations require that imported cattle, bison, swine, and lambs be identified through branding, tattoos, and/or identification tags. AMS will enforce the domestic origin requirement by requiring vendors to include a description of how they will ensure compliance in their technical proposals. This may involve implementing segregation plans or other methods to provide reasonable assurance of compliance. AMS conducts regularly scheduled in-person audits to verify compliance with the technical proposals. If a vendor is found to have violated the domestic origin requirement, they will be required to provide a corrective action and, if necessary, update their technical proposal. Willful violations may result in the vendor being suspended by AMS until they can demonstrate that the issue has been resolved. AMS auditors will not visit feedlots as part of verifying the domestic origin requirement. Audits will be conducted on the premises of the vendor establishment, and it is the vendor's responsibility to ensure compliance. Contracts awarded prior to January 1, 2024, are not subject to the clarified requirement. However, contracts entered on or after January 1, 2024, will be subject to the requirement. Contractors with concerns about meeting the clarified requirements should contact AMS. For more information, please contact Darin R. Doerscher, Chief Food Safety and Technology Branch at USDA, AMS, Livestock & Poultry Program. Phone: 563-847-1550, Email: darin.doerscher@usda.gov.
    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.
    Federal Purchase Program Specification (FPPS) for Consumer Pack Chicken, Frozen
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Agricultural Marketing Service seeks suppliers for its Federal Purchase Program Specification, aiming to procure high-quality, frozen chicken products. The focus is on diverse cuts, emphasizing compliance with quality standards and timely delivery. This program aims to purchase: Consumer Pack Whole Chicken, weighing 3-7 lbs., packed in fiberboard containers Consumer Pack Split Chicken Breast, packaged in 5-lb. re-sealable bags Boneless Skinless Chicken Breast, weighing 3-6 lbs., with specific packaging requirements Consumer Pack Boneless Skinless Chicken Thighs, packaged in tray packs Suppliers must ensure adherence to strict regulations and standards, employing humane practices and certified processing methods. Terry Lutz and Anjeanette Johnson are the primary contacts for this program, which involves an ongoing procurement process with emphasis on quality and reliability.
    Bacille Calmette-Guerin (BCG vaccine)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to procure the Bacille Calmette-Guerin (BCG) vaccine from Colorado Serum Company, the sole manufacturer capable of supplying this specific strain. This procurement is part of an ongoing study initiated in 2021, aimed at evaluating the effectiveness of BCG vaccination in cattle for combating bovine tuberculosis (bTB) in endemic areas, particularly in Baja California, Mexico. The necessity for a sole source purchase is justified by the unique requirements of the study, including the need for the specific Danish 1331 strain to ensure data consistency and validity. The estimated cost for the vaccine manufacture and shipping is $38,750, and interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further details.
    Supplement 500 Tuna Products
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking suppliers for the procurement of Supplement 500 Tuna Products, with updates effective August 2024. This opportunity requires compliance with FDA regulations and approval under the NOAA Seafood Inspection Program, emphasizing the necessity for a food defense plan, documentation of compliance, and adherence to "Dolphin-Safe" standards for tuna caught in accordance with the Marine Mammal Protection Act. The USDA aims to source sustainable and safe tuna for federal food and nutrition assistance programs, ensuring strict quality assurance and traceability through precise labeling and packaging requirements. Interested suppliers should refer to the Final Supplement 500 Tuna Products document for detailed requirements and compliance guidelines.
    Electronic Warehouse and Commodity Management Data (eWCMD)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to extend the existing contract for the Electronic Warehouse and Commodity Management Data (eWCMD) project. This initiative aims to enhance the Warehouse Examination System by expanding its functionalities and replacing outdated systems, ensuring compliance with security requirements and industry standards, including accessibility for individuals with disabilities. The contract, which has been increased to a maximum value of $4.4 million, will support Agile development processes and is crucial for improving operational capabilities in USDA's agricultural marketing services. Interested parties can contact Jeremy A. Pouliot at jeremy.pouliot@usda.gov or by phone at 612-336-3204 for further details.
    Updated FPPS Chicken Parts, Frozen
    Active
    Agriculture, Department Of
    Special Notice: AGRICULTURE, DEPARTMENT OF is seeking to procure updated FPPS Chicken Parts, Frozen through the AGRICULTURAL MARKETING SERVICE. This service is typically used for purchasing frozen chicken parts for federal programs. The updates to the specification include replacing kosher chicken cut-up with kosher leg quarters, adjusting the chicken cut-up WOG range, allowing a thigh or drumstick added to Leg Quarters to complete weight, increasing the date processed from 60 to 90 days, allowing an alternative to verify carcass weight, expanding UPC codes to identify primary and secondary containers, adding sesame allergen, contractor checkloading, and the vendor option allowing either grading or auditing certification.