Feral Swine Panel Trap Systems
ID: 12639525Q0084Type: Presolicitation
Overview

Buyer

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

NAICS

Hunting and Trapping (114210)

PSC

PEST, DISEASE, AND FROST CONTROL EQUIPMENT (3740)

Set Aside

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

    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure Feral Swine Panel Trap and Remote/Cellular Operated Corral Trapping Systems for distribution to various staging sites across the continental United States. This procurement aims to support the National Feral Swine Damage Management Program, which is crucial for managing the impact of feral swine populations on agriculture and ecosystems. The solicitation will result in a one-time purchase order, with delivery required to multiple locations within the continental U.S., and is set aside for small businesses under NAICS code 114210, with a size standard of $8.5 million. Interested parties should monitor the sam.gov website for the solicitation, expected to be available around March 13, 2025, and can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) is soliciting bids for the construction and installation of fencing enclosures in Kingsville, Texas, aimed at containing feral swine populations as a preventive measure against potential African Swine Fever outbreaks. The project requires contractors to clear approximately 2.5-3 acres of heavy brush and construct a perimeter fence with three internal partitions, adhering to specific material and installation guidelines. This initiative is critical for agricultural biosecurity and disease prevention, reflecting the federal government's commitment to managing invasive species. Interested contractors must submit sealed offers by March 28, 2025, with an estimated project cost between $25,000 and $100,000, and are encouraged to contact Jim Roloff at james.g.roloff@usda.gov or 612-590-7603 for further inquiries.
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
    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.
    Aviation Services for Aerial Rabies Vaccine Dispersal
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for commercial aviation services to facilitate aerial rabies vaccine bait dispersal as part of the National Rabies Management Program (NRMP). This procurement aims to secure a firm fixed price indefinite delivery indefinite quantity contract, which will consist of three ordering periods, each lasting twelve months, starting from an anticipated effective date of April 15, 2025. The services are critical for managing wildlife health and preventing the spread of rabies, thereby ensuring public safety and animal welfare. Interested parties should monitor the sam.gov website for the solicitation, expected to be available around March 13, 2025, and can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433.
    S--CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The primary objective of this procurement is to ensure bi-weekly removal of substantial waste generated at the Center, which is critical for the conservation of the endangered black-footed ferret, including compliance with all applicable regulations regarding waste disposal. Interested vendors must submit their quotes by March 21, 2025, along with a completed SF 1449 form, a detailed pricing list, technical capability narratives, and evidence of past performance, with the BPA set to commence on March 28, 2025, and conclude on March 27, 2030. For further inquiries, interested parties can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    USDA Forest Service All-Hazard Incident Sources Sought
    Buyer not available
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    VIPR I-BPA for Weed Washing Units for East Zone (Region 1, 2 and 4)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Weed Washing Units under the VIPR I-BPA for the East Zone, which encompasses Regions 1, 2, and 4. The procurement aims to support forestry operations by ensuring effective weed management through specialized washing units, which are crucial for maintaining ecological balance and preventing the spread of invasive species. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and interested parties can reach out to Melissa Maestas at melissa.maestas@usda.gov or by phone at 970-508-0603 for further details. The solicitation is currently open, and vendors are encouraged to submit their proposals in a timely manner.
    Canned Boned White Meat Chicken for use in Domestic Food Assistance Programs
    Buyer not available
    Solicitation: AGRICULTURE, DEPARTMENT OF is seeking Canned Boned White Meat Chicken for use in Domestic Food Assistance Programs. This procurement is part of USDA's Agricultural Marketing Service (AMS)-Commodity Procurement Program (CPP) and is intended to provide food assistance to various locations in the United States. The solicitation may include small business set-asides, service-disabled veteran-owned set-asides, and preferences for qualified HUBZone small businesses. The solicitation will be available electronically through USDA Web Based Supply Chain Management (WBSCM) and Contract Opportunities website. The contract type will be firm-fixed-price. The products must be a product of the United States and must meet the commodity and packaging requirements specified in the solicitation. Potential contractors must meet the AMS vendor qualification requirements. Bids and price adjustments must be submitted through WBSCM. The solicitation should be read in conjunction with the Master Solicitation for Commodity Procurements – Domestic Programs (MSCP-D) and commodity specifications documents available on the AMS website.