This is a combined synopsis/solicitation for commercial items and commercial services prepared in accordance with the procedures contained in FAR Part 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
The solicitation number is 1232SA25Q0115 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04 dated 06/11/2025.
This solicitation is issued as a Total Small Business Set-Aside. The associated NAICS code is 311119 and the small business size standards in number of employees is 650.
Contract Line Item Number(s) (CLINS):
Clin 0001 – 85 tons of barley straw delivered to Dubois, Idaho Headquarters Facility feedlot in strict accordance with attached Statement of Work (SOW).
- USDA, ARS, Range Sheep Production Efficiency Research, Dubois, ID Headquarters Facility feedlot.
- From Dubois, ID, four miles North on Interstate 15; take exit 172 and proceed two miles East.
Clin 0002 – 50 tons of barley straw delivered to Mud Lake, Idaho Facility feedlot in strict accordance with attached Statement of Work (SOW).
- USDA, ARS, Range Sheep Production Efficiency Research, Mud Lake, ID Facility feedlot.
- Two miles West of Mud Lake, ID on Highway 33.
Quantity variance may be up to 3% less than the amount ordered. The contractor is responsible for removing any amounts that exceed the amount ordered.
Description: See attached Statement of Work (SOW).
Date(s), Delivery and Acceptance:
Period of Performance: August 18, 2025, through September 25, 2025.
Straw must be delivered, unloaded and stacked four bales high on designated storage pads at each location. The Contractor will be required to furnish all the necessary equipment required to complete this job.
Deliveries will be accepted from 7:30 a.m. to 4:30 p.m. on Monday through Friday and should be coordinated with the USDA/ARS, 24-72 hours in advance. NO DELIVERIES AFTER 4:30 PM.
Deliveries are subject to inspection by USDA/ARS personnel, and straw not meeting the specifications will be refused; it will be the responsibility of the producer to remove refused straw.
A weigh slip from a certified scale must accompany each delivery. Weigh slips must show tare and gross weight.
Quantity variance may be up to 3% less than the amount ordered. The contractor is responsible for removing any amounts that exceed the amount ordered.
This requirement must be FOB Destination inclusive of all costs.
Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.
FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
Evaluation: For the evaluation criteria, please see the terms and conditions in attached soliciation.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their quote online at SAM: www.sam.gov. An offeror must state in their quote if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
Date, Time and Place Quotations are due.
Quotations are due by Friday, August 1, 2025, not later than 3:00 p.m. CDT.
Submit quotations to the following e-mail address(es), referencing Solicitation Number 1232SA25Q0115 by the quotation due date and time:
Monte Jordan, Contract Specialist at monte.jordan@usda.gov.
No late quotations will be accepted.
The quotation must be valid for at least 60 days after receipt of quotation.
It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM.