This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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 is 1232SA25Q0424 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 Small Business Set Aside. The associated NAICS code is 112310 the small business size standard is $19M.
List CLINS, item descriptions, quantities and units of measure:
1001 Specific Pathogen Free Embryonated Chicken Eggs, 4000 Each
1002 Chicken blood for hemagglutination (HA) assay, 100 Each
1003 Shipping, 1 Each
2001 Option Year One Specific Pathogen Free Embryonated Chicken Eggs, 4000 Each
2002 Option Year One Chicken blood for hemagglutination (HA) assay, 100 Each
2003 Option Year One Shipping, 1 Each
3001 Option Year Two Specific Pathogen Free Embryonated Chicken Eggs, 4000 Each
3002 Option Year Two Chicken blood for hemagglutination (HA) assay, 100 Each
3003 Option Year Two Shipping, 1 Each
Description/Statement of Work/Specification:
See attached specifications
Date(s) and place(s) of delivery and acceptance:
Base Year: 08/05/2025 – 08/04/2026
Option Year One: 08/05/2026 – 08/04/2027
Option Year Two: 08/05/2027 – 08/04/2028
Delivery Address:
USDA ARS
2615 Yellowstone Drive
Marshfield, WI 54449
This requirement shall be FOB Destination.
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 attached RFQ terms and conditions.
Quoters 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 quoter 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 quotes are due:
Quotes are due by 07/23/2025 at 5:00pm CST
Submit quotes to the following e-mail address(es), by the quote due date and time:
Jennifer.busbea@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
Any and all questions regarding this solicitation shall be submitted in writing to Jennifer Busbea, jennifer.busbea@usda.gov no later than 07/21/2025