Alfalfa Hay
ID: 12805B25Q0103Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Hay Farming (111940)

PSC

FORAGE AND FEED (8710)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes from small businesses for the procurement of 1,000 tons of high-quality alfalfa hay to be delivered to its facility in Clay Center, Nebraska. The alfalfa hay must meet specific quality criteria, including a minimum of 16% crude protein and Total Digestible Nutrients (TDN) between 55-60%, and must be sourced from the 2024 crop year, free from molds or foul odors. This procurement is crucial for supporting livestock research programs at the Roman L. Hurska U.S. Meat Animal Research Center, emphasizing the importance of quality control in agricultural research. Interested vendors must submit their quotes by 10:00 AM CT on March 12, 2025, and can direct any inquiries to Kelly Wright at kelly.wright@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Roman L. Hurska U.S. Meat Animal Research Center (USMARC) is seeking to procure 1000 tons of high-quality alfalfa hay for use in their livestock research programs. The alfalfa must meet specific criteria, including a minimum of 16% crude protein and Total Digestible Nutrients (TDN) between 55-60%. The hay can be delivered in large round or square bales weighing at least 1000 pounds each, and must be sourced from the 2024 crop year, free from molds or foul odors. Delivery is to take place at USMARC in Clay Center, NE, with complete fulfillment of the order required by April 1, 2025. A scale ticket for weight verification is necessary for each delivery, which must be coordinated with USMARC personnel, who will handle unloading. The procurement process aims to support high priority challenges in the U.S. beef, swine, and sheep industries and emphasizes the need for stringent quality control. Contact information for coordination is provided for potential contractors.
    The USDA Agricultural Research Service seeks quotes for 1,000 tons of alfalfa hay for delivery to its facility in Clay Center, Nebraska. This solicitation, numbered 12805B25Q0103, is exclusively for small businesses, in accordance with the relevant federal acquisition regulations. The award will be a firm fixed-price purchase order based on the lowest price technically acceptable (LPTA) evaluation method, ensuring offers meet specific criteria outlined in the solicitation. Key submission requirements include a transmittal summary letter, price breakdown, verification as an authorized vendor, and demonstration of technical specifications compliance. Potential offerors must also complete necessary representations and certifications through the System for Award Management (SAM). Questions regarding the solicitation should be directed to Mr. Kelly Wright via email, with all quotes due by 10:00 AM CT on March 12, 2025. The government reserves the right to cancel the solicitation and will not reimburse any bidder for their proposal costs. This procurement underscores the government's commitment to engaging small businesses in fulfilling its agricultural needs.
    Lifecycle
    Title
    Type
    Alfalfa Hay
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hay and Cornstalk Baling IDIQ - RFQ
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for hay and cornstalk baling services at the National Animal Disease Center in Ames, Iowa. The contract, valued at $13.5 million, will cover baling operations from May 1, 2025, to November 30, 2025, involving approximately 310 acres of agricultural plots, with contractors responsible for providing all necessary equipment and labor while adhering to specific quality standards. This initiative is part of the USDA's commitment to sustainable agricultural practices and effective resource management for research purposes. Interested parties can contact Aaron Dimeo at aaron.dimeo@usda.gov or by phone at 608-416-0027 for further details.
    Tractor Lease
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking bids for a one-year lease of two new Case IH Magnum 340 tractors to support manure management at the Prairie du Sac research station in Wisconsin. The tractors, each requiring a minimum of 340 horsepower and equipped with four-wheel drive, power shift transmissions, and air conditioning, are essential for efficiently pulling manure tankers to facilitate nutrient distribution on croplands and reduce waste storage. This procurement aligns with the USDA-ARS's commitment to enhancing agricultural research capabilities while adhering to operational standards. Interested bidders must submit their quotes by April 1, 2025, and can contact Joshua J. Dobereiner at josh.dobereiner@usda.gov or 309-403-3556 for further information.
    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.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    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 proposals for the procurement of bale bags for its Cotton & Tobacco Program. The contract is set aside for small businesses and aims to fulfill the requirements for durable textile bags, classified under the NAICS code 314910 and PSC code 8105. These bags are essential for the effective handling and storage of cotton and tobacco products, contributing to the overall efficiency of agricultural operations. Interested vendors should contact Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation 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.
    MALDI-TOF Mass Spectrometer
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    FPC ALDERSON FY25 QTR3 DAIRY SOLICITATION
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FPC Alderson, is seeking bids for the provision of various dairy products as part of the FY25 QTR3 Dairy Solicitation. The procurement includes specifications for items such as pasteurized milk (nonfat and skim), cottage cheese, and sour cream, with detailed requirements regarding flavor neutrality, packaging sizes, and minimum shelf life to ensure compliance with federal food safety standards. These dairy products are essential for federal programs that provide meals, particularly in correctional facilities and other institutions. Interested suppliers can reach out to Ashley Tabor at atabor@bop.gov or by phone at 304-445-3300 for further details on the solicitation process.
    12FPC425Q0033 Knapheide (or Equal) Truck Body and Installation
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking quotes for the procurement of Knapheide (or equal) truck body and installation services in Raleigh, North Carolina. This opportunity is aimed at small businesses and involves a firm-fixed-price contract awarded to the lowest price technically acceptable vendor, following FAR Part 13.5 procedures. The truck body and installation services are critical for enhancing the operational capabilities of USDA facilities, ensuring compliance with safety and security protocols. Quotes are due by March 12, 2025, at 10:00 AM EST, and interested vendors should submit their proposals via email to the designated contacts, Cary-Ann Thomas and Shermeka Showers, with all necessary company details and SAM registration validation.
    3rd Qtr FY25 FCI Fairton Subsistence Dairy
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Fairton in New Jersey, is soliciting quotes for the provision of pasteurized, nonfat, skim, or fat-free milk in ½ pint containers, with an estimated requirement of 105,000 units for weekly delivery from April to June 2025. This procurement is set aside exclusively for small businesses under a firm-fixed price model, adhering to NAICS Code 112120, and emphasizes the importance of quality standards and compliance with federal regulations. The dairy products are essential for meeting the nutritional needs of the facility's population, highlighting the government's commitment to securing reliable supplies while fostering small business participation. Interested contractors must submit their offers via email by March 13, 2025, and can obtain further information and amendments through the sam.gov website; for inquiries, they may contact Jared Beers at jbeers@bop.gov or Scott Hewitt-Shiley at shewittshiley@bop.gov.