This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
The solicitation number 12FPC125Q0041 is being issued as a Request for Quotation (RFQ). The acquisition procedures at FAR Parts 12 & 13 are being utilized. The Government anticipates the award of one firm fixed-priced contract resulting from this solicitation. Award will be made to the responsible offeror whose quote responds to the terms of this RFQ and is the best value for the Government.
This RFQ documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-04 effective June 11, 2025:
https://www.acquisition.gov/browse/index/far
This solicitation is being conducted with exception to competition. The North American Classification System Code (NAICS) is 115112, Soil Preparation, Planting and Cultivating; the size standard is $9.5 million. For more information on size standards visit http://www.sba.gov/size. Active SAM registration is required in order to be awarded this contract and must remain active throughout the period of performance.
Contract Line Items:
L/I Description QTY Unit Price
0001 Japanese Millett Seeds/ Planting (1400 acres) 1 LO
0002 Aerial Flight 1 LO
0003 Post Planting Inspection 1 LO
Description of Services: The Contractor shall furnish the necessary personnel, materials, and equipment necessary to to prepare the construction of coastal wetlands restoration project to include aerial seeding of vegetation to provide corrosion control and soil stabilization for 1400 acres of newly created marsh, LaBranch area in St. Charles Parish Louisiana IAW Statement of Works (SOW) dtd 22 Jul 2025, provisions and clauses.
Date(s) and Place(s) of Delivery and Acceptance: The performance period is estimated to be 1 Aug 2025 – 30 Sep 2025.
FOB: Destination
52.212-2 Evaluation—Commercial Products and Commercial Services.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation—Commercial Products and Commercial Services (Nov 2021)
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Price and price related factors Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.]
Technical and past performance, when combined, are ___N/A_______ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.]
(b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
PLEASE NOTE: This requirement is being awarded in support of the Coastal Wetlands Planning, Protection, and Restoration Act (CWPPRA) program. This office intends to make a sole source award to the only certified permit holder for the geographical area; Crescent Soil and Water Conservation District
Offerors are required to complete the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. This must be completed at SAM.gov and the registration in an “Active” status.
The following clauses/provisions are incorporated by reference:
The clause at FAR 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services, applies to this acquisition and addenda are not attached.
The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS and COMMERCIAL SERVICES, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition
FAR 52.204-7 System for Award Management (Offerors must have an active SAM
registration to receive an award-no exceptions)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755).
FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 Equal Opportunity (Sept 2016)
FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
FAR 52.222-50 Combating Trafficking in Persons (Nov 2021)
FAR 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014)
FAR 52.223-23 Sustainable Products and Services (Mar 2024)
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Awatd Management (Jul 2013) (31 U.S.C. 3332).
The following clauses/provisions are Incorporated by Full Text:
FAR 52.212-1 Instructions to Offerors --Commercial Items
Submit signed and dated offers to the office specified in this solicitation at or before the exact time
specified in this solicitation. Offers may be submitted on letterhead
stationery, or as otherwise specified in the solicitation. Offers must be valid for at least (60) days. At a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.
(5) Price and any discount terms;
(6) Acknowledgment of any Solicitation Amendments;
List of Attachments:
Attachment 1 Statement of Work dtd 22 Jul
Attachment 2 Maps
Contact Information: Direct any questions regarding this requirement to either of the individuals shown below.
Contract Specialist:
Mildred (LaVelle) Barnett
FPAC BUS CNTR-ACQ DIV
Mildred.Barnett@usda.gov
Contracting Officer
Kristine Baker
FPAC BUS CNTR-ACQ DIV
Ktistine.Baker@usda.gov