Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
ID: 12639525Q0012Type: Solicitation
Overview

Buyer

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

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation notice 12639525Q0012 from the USDA aims to award multiple-year Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors for Bovine Spongiform Encephalopathy (BSE) sample collection across various U.S. cattle populations. This solicitation seeks participation from businesses of all sizes, focusing on vendors with access to targeted cattle demographics. Contractors must demonstrate technical capability, price, and past performance, with the Government aiming for at least two sources per geographical area. The contract period extends until December 19, 2027, with task orders capped at $2.4 million. Vendors will collect, document, and ship brain stem samples while adhering to stringent reporting and quality control standards. A Subcontracting Plan is required for quotes exceeding $750,000, emphasizing the involvement of small businesses. The document outlines specific sample collection protocols, geographic areas, and compliance with federal regulations, reflecting the USDA's commitment to addressing animal health concerns through systematic sampling. Overall, this RFP represents a crucial step in bolstering the government’s BSE surveillance efforts while enhancing collaboration with private sector providers.
    The USDA is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) surveillance services through a solicitation (12639525Q0012). The solicitation, using streamlined acquisition procedures, aims to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts to businesses of all sizes with access to cattle populations nationwide. The competitive evaluation will focus on price, technical capability regarding targeted cattle populations, and past performance. Key requirements include access to sample collection facilities, experience, and a subcontracting plan for larger contracts that prioritizes small and disadvantaged businesses. The project requires contractors to collect brain stem samples from cattle aged 12 months or older exhibiting central nervous system impairment across various U.S. geographical areas. The contract performance period runs until December 2027, with minimum order requirements set at $300 and a maximum contract limit of $2.4 million. Comprehensive documentation, training for collectors, and compliance with humane treatment and safety standards are emphasized throughout. This solicitation reflects the USDA's commitment to effective surveillance of animal health while facilitating participation from small and diverse businesses in the contract process.
    The document is a Request for Proposal (RFP) from USDA APHIS seeking to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. It outlines a requirement for vendors to collect and submit obex tissue samples from animal carcasses for testing for Bovine Spongiform Encephalopathy (BSE). The solicitation includes specific contact information, due dates, and payment terms. Vendors are mandated to fulfill a minimum order of $300, with a maximum order not exceeding $2.4 million depending on their geographical access. The government reserves the right to issue contracts for up to a year from the posting date. Interested vendors can reach out to the contracting officer for further details and clarifications. This procurement underscores the government's efforts in disease surveillance and prevention in livestock, highlighting the need for timely and accurate testing in safeguarding public health and livestock integrity.
    The document outlines a federal government solicitation for multiple award, firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts related to the collection and testing of obex tissue samples from animal carcass brain stems. These samples will be analyzed to detect Bovine Spongiform Encephalopathy (BSE). There is an ongoing requirement for vendors to submit these samples, and the government reserves the right to award contracts for a period of one year from the date of posting. Minimum order requirements are set at $300, with maximum order limits not exceeding $2.4 million based on geographic access. Interested parties are encouraged to contact the contracting officer for more information or questions regarding the solicitation. This procurement is part of the USDA APHIS initiative to ensure animal health and safety through rigorous testing of specimens.
    Lifecycle
    Similar Opportunities
    Cattle for National Animal Vaccine & Veterinary Countermeasures Bank (NAVVCB) Potency Study of foot and mouth disease
    Buyer not available
    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.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Buyer not available
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    Supplement 211 Ground Beef Items- May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is seeking contractors for the procurement of frozen ground beef products under the updated Supplement 211 Ground Beef Items for May 2025. This opportunity includes specific requirements such as adherence to domestic origin standards, updated processing timelines for frozen boneless beef, and compliance with FDA sodium limits for lean beef patties. The goods are essential for Food and Nutrition Assistance Programs, ensuring high standards of public health and safety in federally distributed food products. Interested contractors must submit technical proposals detailing their production processes and quality control measures, with evaluations conducted by the Quality Assessment Division to ensure compliance with federal specifications. For further details, contractors should refer to the official notice and prepare submissions in accordance with the outlined requirements.
    Final Supplement 212 and Supporting FPPS’s for Boneless Beef Products, May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is seeking contractors to supply Fresh Chilled Boneless Beef Products for food and nutrition assistance programs, with an updated Supplement 212 and Supporting FPPS’s for May 2025. Contractors must submit technical proposals that detail production processes, quality assurance measures, and compliance with animal welfare standards, ensuring that only products meeting stringent safety and quality standards are eligible for USDA contracts. This procurement is vital for maintaining high-quality beef supplies for federal nutrition programs while promoting food safety and animal welfare practices. Interested parties should refer to the updated guidelines in the provided documentation for submission requirements and compliance assessments, as well as the importance of maintaining domestic product origins.
    Final Supplement 213 Beef Special Trim, May 2025
    Buyer not available
    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.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    FPPS Animal Handling and Welfare, April 2025
    Buyer not available
    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.
    CHEESE, PROCESSED for use in Domestic Food Assistance Programs.
    Buyer not available
    The Department of Agriculture's Agricultural Marketing Service (AMS) is seeking offers for the procurement of processed cheese products intended for domestic food assistance programs. This solicitation, identified as Solicitation Number 12-3J14-25-B-0516, includes various cheese items totaling approximately 42,530,400 pounds, with delivery to multiple locations across the United States on a firm-fixed-price basis. The products are crucial for supporting food assistance initiatives, and potential contractors must meet specific vendor qualification requirements established by AMS. Interested parties should submit their offers by October 6, 2025, and can contact Jenny Babiuch at jenny.babiuch@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Buyer not available
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.