This is a combined synopsis/solicitation for commercial products 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 1232SA25Q0663 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 2025-05 dated 08/07/2025.
Contract Line-Item Number(s) (CLINS):
CLIN 0001 - The contractor must provide and deliver propane gas to refill 16 - 1000-gallon tanks in ten locations on campus in strict accordance with attached Statement of Work (SOW).
- The contractor must top off the tanks twice a week during temperatures that drop below 55 degrees Fahrenheit for the week and once a week during temperatures that are above 80 degrees Fahrenheit for the week on a schedule to be coordinated with the USDA.
- The contractor must install remote tank readers on the propane tanks, must monitor all tank levels, and must provide a tank level report to USDA representatives daily.
- The tank readers must send an email alarm message to the contractor and USDA representatives when a pre-set low level is attained.
- The contractor must be able to deliver propane within 24 hours in case of emergencies during non-standard business days and hours
Description: See attached Statement of Work (SOW).
Place of Delivery and Acceptance:
USDA, ARS, National Animal Disease Center
1920 Dayton Avenue
Ames, IA 50010
Delivery must be FOB Destination inclusive of all costs.
FAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, 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 attached RFQ terms and conditions.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (DEVIATION), with their quotation online at SAM: www.sam.gov. An offeror must state in their quotation 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 Products and Commercial Services, 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 Products and Commercial Services (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.
Contractors must be registered and active in the 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.
Questions. Any questions regarding this requirement must be submitted in writing only via email referencing Solicitation Number 1232SA25Q0663 to email address: monte.jordan@usda.gov. The questions are due on August 28, 2025, not later than 3:00 p.m. CDT. NO telephone calls will be accepted.
Date, Time, and Place Quotations are due:
Quotations are due on Wednesday, September 3, 2025, not later than 3:00 p.m. CDT. NO late quotations will be accepted.
Quotations must be submitted electronically by email only. Submit quotations to the following email address, referencing Solicitation Number 1232SA25Q0663 by the quotation due date and time. monte.jordan@usda.gov.
Quotations 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 Government Wide Point of Entry (GPE), SAM.gov.