NOTE: This requirement is for winter nursery maize growth in Chile, South Amercia.
This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 111150 . The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
Subject to local weather, soil moisture conditions, minimal disease and low insect pressure. Chile has been determined to have a location best suited for the requirements for the winter nursery required for this research. Nursery sets shall be grown within a 6-month period, beginning in October 2025. Nursery should be harvested and returned no later than mid-April 2026.
Contractor will provide for all field activities including land preparation, planting, monitoring, weed and pest control, pollination services, irrigation, fertilization, harvest and for drying and shelling if needed, bi-weekly or monthly progress reports depending on crop development, phytosanitary certificate, Ag inspections, fumigation to meet standards for import/or shipping within or to the US and preparation for shipping. The contractor will provide information on containers and weight sufficient for USDA to procure shipping services via UPS or FedEx or DHL.
The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.
Capability Statement
All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response.
The capability statement should include:
1) Acknowledgement that they are able to provide the subject supplies/services being requested;
2) Interested vendors should identify their size standards in accordance with the Small Business Administration;
3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;
4) Any other information considered relevant to this requirement; and
5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.
Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.
All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.