Corn Seed
ID: 12305B25R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

NAICS

Corn Farming (111150)

PSC

FRUITS AND VEGETABLES (8915)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals from qualified small businesses to provide corn seed under solicitation number 12305B25R0011. The procurement requires 57 bags each of two specific varieties of Agri-gold corn seeds, which must meet detailed agronomic specifications including disease resistance and herbicide tolerance, and be available for delivery to the Beltsville, Maryland facility by April 1, 2024. This initiative is crucial for supporting agricultural research and ensuring the availability of high-quality seed varieties for ongoing projects. Interested vendors must submit their firm fixed-price quotations by March 20, 2025, along with necessary documentation, to Caitlin Hale at Caitlin.Hale@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for the procurement of field corn seed by the USDA. It specifies two varieties of Agri-gold corn seeds: 57 bags of Agri-gold 636-16VT2RIB and 57 bags of Agri-gold 642-05VTRIB, each with essential agronomic characteristics required. Key specifications include disease resistance, genetic traits for corn stalk borer resistance, relative maturity dates, herbicide tolerance, and suitability for USDA Hardiness Zones 5-7. The seeds must be available for pickup or delivery to the Beltsville, MD facility by April 1, 2024. Vendors must be located within 60 miles of the delivery site or provide free logistics for seed handling. Delivery hours and contact information for coordination are also provided. This RFP exemplifies the government's effort to procure agricultural products that meet specific agronomic standards while ensuring timely availability to support agricultural initiatives.
    The USDA's Agricultural Research Service is soliciting proposals for a firm fixed-price contract to provide corn seed, in a solicitation numbered 12305B25R0011. This is a total small business set-aside under NAICS code 111150, with a size standard of $2.5 million. Offers must include documentation demonstrating compliance with specified characteristics and a valid quote, including shipping costs, due by March 20, 2025. Evaluation of proposals will follow the Lowest Priced Technically Acceptable (LPTA) method, requiring that submitted quotes adhere to outlined terms. The solicitation also incorporates various Federal Acquisition Regulation clauses related to compliance, certification, and additional provisions addressing concerns such as supply chain security and environmental standards. Contractors are encouraged to review requirements carefully to ensure all submissions meet stipulations, as incomplete offers may be rejected. The USDA aims to enhance agricultural research capacity by maintaining consistent supplier relationships for essential inputs like corn seed.
    Lifecycle
    Title
    Type
    Corn Seed
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Soybean Seed
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals from qualified small businesses to supply soybean seed for the 2025 planting season. The procurement includes 200 units of Brevant soybean seed varieties, specifically Brevant 342EE and Brevant 402EE, with an emphasis on disease resistance, herbicide tolerance, and suitability for the Mid-Atlantic region. This initiative reflects the USDA's commitment to supporting local agriculture and ensuring high-quality seed supply through informed procurement practices. Interested vendors must submit their quotations by March 20, 2025, and direct any inquiries to Caitlin Hale at Caitlin.Hale@usda.gov by March 17, 2025.
    Beltsville Agriculture Research Center (Beltsville, MD) Herbicides
    Buyer not available
    The U.S. Department of Agriculture's Agricultural Research Service (USDA ARS) is soliciting proposals for a firm-fixed-price purchase order for restricted use herbicides to support agricultural research and production operations at the Beltsville Agriculture Research Center (BARC) in Maryland. The procurement requires the contractor to provide specific herbicides in designated quantities and packaging, with delivery to be completed by April 1, 2025, and the contractor must be located within 65 miles of the research center for government pickup. This initiative underscores the importance of effective agricultural research while promoting compliance with federal regulations and supporting small businesses, including service-disabled veteran-owned and women-owned small businesses. Interested parties should submit their quotations electronically to Contract Specialist Scott Ballweg at scott.ballweg@usda.gov by 1:00 PM Eastern Time on March 19, 2025.
    Feedlot Pellets
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the supply of feedlot pellets under solicitation number 12805B25Q0102. This procurement aims to fulfill the nutritional needs of beef cattle at the U.S. Meat Animal Research Center in Clay Center, Nebraska, as part of ongoing agricultural research initiatives. The contract will cover various types of feedlot pellets, with specific nutritional requirements and delivery protocols outlined in the associated documents. Interested small businesses must submit their quotations by the specified deadline to Christopher Turner at christopher.c.turner@usda.gov, with the performance period set from April 1, 2025, to March 31, 2026.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    Dry Bulk Fertilizer
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking suppliers for a custom blend of dry bulk fertilizer designed for tree crops, with a total requirement of 28 tons. The fertilizer must adhere to a specific nutrient formula of 12-2-14, featuring a slow-release mechanism for 50% of its nitrogen and potassium content over a 90-day period, and must include essential macronutrients and micronutrients such as sulfur, calcium, iron, and manganese. This procurement is crucial for enhancing agricultural productivity and aligns with federal objectives for agricultural improvements. Interested suppliers should contact Cecilia McNamee at cecilia.mcnamee@usda.gov or call 985-232-8289 for further details regarding the submission process and requirements.
    Bale Bags for USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified vendors to provide bale bags for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for a period of five years, with an anticipated award date around March 31, 2025. The bale bags are critical for maintaining the quality of cotton during storage and transportation, reflecting the USDA's commitment to effective resource management in agricultural operations. Interested vendors must submit their quotations, including technical qualifications and past performance references, to Matthew Phillips at matthew.phillips3@usda.gov by the specified deadline, along with required documentation such as the completed price quotation spreadsheet and vendor experience sheet.
    Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified vendors to provide sample sacks for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for a period of five years, with the government anticipating the award to be issued around March 31, 2025. The sample sacks, which must comply with the Technical Specifications and the Buy American Act, are essential for the USDA's cotton classing operations, ensuring the integrity and efficiency of the program. Interested vendors must submit their quotations, including technical samples and past performance references, to Matthew Phillips at matthew.phillips3@usda.gov by the deadline of March 12, 2025, to be considered for this opportunity.
    Soybean Meal IDIQ - RFQ
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking suppliers for soybean meal through a Request for Quotation (RFQ) under Solicitation Number 12505B25Q0060. This indefinite delivery, indefinite quantity (IDIQ) contract aims to support the supply needs for the National Animal Disease Center in Ames, Iowa, requiring contractors to provide high-quality soybean meal that meets specific nutritional standards while avoiding prohibited additives. The contract duration is from March 19, 2025, to March 18, 2026, with a minimum delivery of five tons and a maximum of 100 tons on an as-needed basis, and interested suppliers can contact Aaron Dimeo at aaron.dimeo@usda.gov or by phone at 608-416-0027 for further details.
    4WD Agriculture Tractor with 90+ rated PTO HP
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for a 4WD agriculture tractor with a minimum of 90 rated PTO horsepower, intended for use in agricultural research and dairy management practices. The tractor must meet specific technical requirements, including dual-speed PTO capabilities, a cab with climate control, and a designated area for electronic devices, with delivery to occur at the USDA facility in Stratford, Wisconsin. Interested small businesses must submit their quotes electronically by 2:00 PM Central Time on March 21, 2025, and ensure compliance with federal acquisition regulations, including registration in the System for Award Management (SAM). For further inquiries, potential offerors can contact Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
    SOURCES SOUGHT - iTAQ Univ SYBR 1-STEP kits, 500 reactions
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking information from qualified sources regarding the availability of forty iTAQ Univ SYBR 1-STEP kits, each capable of 500 reactions, to support ongoing research at the US Salinity Laboratory in Riverside, California. This Sources Sought notice is intended for market research purposes only and does not constitute a solicitation for proposals or quotations. The kits are essential for conducting long-term experiments, and the government is particularly interested in responses from small businesses, including those that are HUBZone, service-disabled veteran-owned, 8(a), veteran-owned, woman-owned, or small disadvantaged businesses. Interested vendors must submit their capability statements, including relevant past performance and size standards, to the primary contact, Amber Henderson, at amber.henderson@usda.gov by the specified deadline. Responses should not include proprietary or sensitive information, and the government will not compensate for any costs incurred in the preparation of responses.