Federal Bid

Last Updated on 01 Nov 2019 at 8 AM
Combined Synopsis/Solicitation
Aberdeen Idaho

New Zealand Barley Nursery Seed Production Services

Solicitation ID 12020220S0001
Posted Date 07 Oct 2019 at 11 PM
Archive Date 01 Nov 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Pwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Aberdeen Idaho United states
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Requirement: USDA-ARS, 1691 South 2700 West, Aberdeen, Idaho 83210 USA has a requirement for Barley Nursery Seed Production Services in the Southern Hemisphere approximate: Latitude: 43 degrees South, Longitude 172 degrees East, in the area of Irwell, New Zealand. Winter Barley Nursery is to advance generations of barley germplasm. USDA-ARS will provide seed with conforming phytosanitary certificate. See attached Statement of Work for complete requirement.

Solicitation #12020220S0001 is issued as a request for quotation (RFQ). The solicitation document, with the attached clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available.

Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside.

NAICS Code: The associated NAICS code is 111421.

Period of Performance: Deliver approximately 5 months from award to Salt Lake City International Airport (SLC) for USDA-ARS, 1691 South 2700 West, Aberdeen, Idaho 83210 USA.

Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated products categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable; include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

Quote Submission Instructions:
1. Read the solicitation in its entirety (including the Statement of Work document).
2. The quote should include any other documentation deemed necessary such as references.
3. Quotes must be submitted via email by 4:30 PM Mountain Daylight Time, Thursday, October 17, 2019, by email to [email protected] Please make quote valid until November 30, 2019.
4. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the "best value" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offerors within the competitive range are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2
5. The Government may elect to conduct discussions with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification) and fall within the competitive price range. The Government reserves the right, however, to award a contract based on initial offers without conducting discussions. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1.
6. USDA-ARS is Tax Exempt. See attached Tax Exemption Certificate: 720564834F.
7. GSA discounts: The USDA is requesting that schedule contractors extend additional discounts to the USDA when making responses to this solicitation. GSA contract schedule holders are able to offer one-time discounts from established Schedule contracts. Schedule contractors can give one buying member a discount without passing the discount on to the entire federal government. This provision allows the contractor to offer and the government to avail itself of spot pricing in the commercial market.
8. USA based contractors must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/portal/public/SAM/ prior to quote submission.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) - Basis for Award.

The clause 52.214-4, Contract Terms and Conditions--Commercial Items and 52.214-5, Contract Terms and Conditions required to implement Statues or Executive Orders--Commercial Items, apply to this acquisition. Commercial Items Clauses are attached.

SUBMIT QUOTE TO: Rose Wride, Purchasing Agent, USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210 USA, by email (preferred) to: [email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Oct 2015 at 11 PM
Winter Wisconsin 14 Oct 2011 at 4 PM
Winter Wisconsin 18 Sep 2012 at 3 AM
Location Unknown 21 Oct 2014 at 9 PM

Similar Opportunities

Riverside California 01 Aug 2025 at 9 PM
Philadelphia Pennsylvania 31 Jul 2025 at 7 PM
Gaithersburg Maryland 01 Aug 2025 at 7 PM
Washington 08 Aug 2025 at 4 AM