Box Parts, Fruit Fly Shippers
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), is seeking quotations for Box Parts, Fruit Fly Shippers under Solicitation Number 12639526Q0023. This acquisition is a Total Small Business Set-Aside for the procurement of corrugated fiberboard components for emergency and preventative Medfly Projects in Waimanalo, Hawaii. Offers are due by March 23, 2026, at 12:00 PM EST.
Scope of Work
This opportunity is for a Firm-Fixed-Price Requirements Blanket Purchase Agreement (BPA) to supply various corrugated fiberboard box components. These include:
- Fruit Fly Shipper Corrugated Fiberboard Container (5,000 units)
- Fruit Fly Shipper Liner Corrugated Fiberboard Pad (5,000 units)
- Fruit Fly Scored Pads (10,000 units)
- Level Stand (10,000 units)
- Level Separator (10,000 units)
- Top Level Separator (5,000 units) All components must be interchangeable. The "Fruit Fly Shipper" must feature printing in DAYGLO Hot Pink ink, clear and centered on each length side.
Contract Details
- Type: Firm-Fixed-Price Requirements Blanket Purchase Agreement (BPA)
- Duration: One base year and four one-year ordering periods, not to exceed five years total.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 322211 (Corrugated and Solid Fiber Box Manufacturing) with a small business size standard of 1,250 employees.
- Place of Performance: USDA, APHIS, PPQ, Hawaii Fruit Fly Facility, Waimanalo, HI 96795.
- Delivery: F.O.B. DESTINATION, with freight costs included in unit pricing. Components must be bundled, palletized (approx. 80 inches high), and suitable for manual unloading without a forklift or overhang.
- Special Requirements: A sample representative of all future shipments is required for government testing prior to award.
Submission & Evaluation
Offerors must submit pricing for all items to be considered responsive. Quotes will be evaluated based on best value to the Government, considering Price and Technical Acceptability. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, where only the lowest-priced offer will be evaluated for technical acceptability first. Technical acceptability requires meeting or exceeding salient characteristics, clear identification of brand/model or "equal" status, and sufficient descriptive literature. Offerors must hold prices firm for 90 calendar days.
Key Dates & Contact
- Questions Due: March 10, 2026, at 1:00 PM EST
- Offers Due: March 23, 2026, at 12:00 PM EST
- Contact: Linda W Washington, linda.w.washington@usda.gov, 301-851-2682