Tender Results of Agricultural Research Service Usa

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Feedlot Pellets - Clay Center Ne
Contract Date9 Apr 2025
Contract AmountUSD 174.2 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
17mar25 Amendment 0002 Issued. Amendment 0002 Incorporates Current Usda Far Class Deviations And A Related Far Class Deviations Notice Pursuant To The Clause At Far 52.252-6(b.) Clauses And Provisions Document Amendment 0001 Rfq 12805b25q0106 Clauses And Provisions.pdf Is Replaced Withamendment 0002 Rfq 12805b25q0106 Clauses And Provisions.pdf. 13mar25 Amendment 0001 Issued - Amendment 0001 Replaces The Base Clauses And Provisions Document Withamendment 0001 Rfq 12805b25q0106 Clauses And Provisions.pdf. The Change Provides Clarification To The Instructions For The Preparation Of Offers (far 52.212-1 Addendum)offer Submission Requirements Section Regardingrequired Photos And Other Documentation Adequate To Confirm The Specifications As Listed In Attachment 001 Used Lowboy Trailer Specifications.pdf. This Documentation Can Be Submitted Separately From The Transmittal Summary. Attachment 001 Used Lowboy Trailer Specifications.pdf.is Unchanged. 13mar25 Base Posting. Any Amendment And Document Updates Related To This Solicitation Will Be Available Electronically At The Government Point Of Entry (sam.gov). It Is The Offeror's Responsibility To Monitor Sam.gov Contract Opportunities Regarding This Solicitation. (i)this Is A Combined Synopsis/solicitation For A Commercial Supply Prepared In Accordance With The Format In 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. (ii)the Solicitation Number Is 12805b25q0106 And Is Issued As A Request For Quotation (rfq). (iii)this Solicitation Document Incorporates Those Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-03. (iv)set Aside: Total Small Business Naics: 336212 Small Business Size Standard: 1000 Employees. (v) See Clauses And Provisions Document Section “schedule And Clin Structure” For Line Item Number(s), Quantity, And Unit Of Measure. (vi)the Usda, Agricultural Research Service Requires A Used Lowboy Trailer. See Attachment 001 And Other Attachments For More Information. (vii)dates: See Clauses And Provisions Document “period Of Performance” Section. place Of Delivery And Acceptance: pa Soil Management And Sugarbeet Re 2150 Centre Avenue bldg D, Suite 100 fort Collins Co 80526 fob Point: Destination (viii)the Provision At 52.212-1, Instructions To Offerors-commercial Products And Commercial Services, Applies To This Acquisition. See “instructions For The Preparation Of Offers (far 52.212-1 Addendum)” In The Clauses And Provisions Document. (ix)the Provision At 52.212-2, Evaluation-commercial Products And Commercial Services Is Detailed In The Clauses And Provisions Document Under “far 52.212-2 Evaluation-commercial Items (addendum.)” (x)online Sam.gov Completion Of The Provision At 52.212-3 Is Advised. (xi)the Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services, Applies To This Acquisition. Any Addenda Will Be Noted In The Clauses And Provisions Document. (xii)the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services, Applies To This Acquisition. Additional Clauses Are Detailed In The Clauses And Provisions Document. (xiii)not Applicable. (xiv)not Applicable. (xv)all Sources Wishing To Quote Shall Furnish A Quotation By The Time And Dated Noted In The General Information, “date Offers Due” Fields Above. (xvi)quotations Are To Be Sent Via Email To Christopher Turner At Christopher.c.turner@usda.gov. notes: time Zones: Please Note Time Zone Designations In The "general Information" Section Above. Other Time Zones Are As Designated In The Solicitation Attachments. failure To Provide The Required Information In The Requested Format May Result In Quotes Not Being Considered For Award. The Clauses And Provisions Document Contains Detailed Quote Submittal Requirements attached Provisions/clauses Apply To This Rfq And Any Subsequent Award.
Contract Date7 Apr 2025
Contract AmountUSD 40 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Solicitation Number 12805b25q0088 swine Sling And Hammocks national Agro And Bio-defense Facility manhattan, Kansas the Agricultural Research Service, Plains Area Administrative Office, Acquisition And Personal Property Office Intends To Solicit And Award A Single Firm-fixed-price Contract For The Purchase Of 2 Swine Sling And Hammock Sets. This Is A Combined Synopsis/solicitation For Commercial Items Prepared Under Federal Acquisition Regulation (far) Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Items And Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. This Combined Synopsis/solicitation Is Issued Under Request For Quotation (rfq) Number 12805b25q0088. this Requirement Is Being Solicited Under Naics Code 115210, Support Activities For Animal Production And Is Set-aside For 100% Total Small Business. The Size Standard Is $11m. all Far References Are Based Off Fac 2025-02, Effective 3 Jan 2025. this Firm-fixed-priced Award Will Be Awarded As Firm-fixed Price Contract. far 52.212-1, Instructions To Offerors-commercial, Is Applicable To This Acquisition. An Addendum Will Be Added On Page 12. far 52.212-2, Evaluation Of Offerors, Is Applicable To This Acquisition. 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. Far Part 13 Simplified Acquisition Procedures Utilizing Lowest Priced Technically Acceptable (lpta) Factors Will Be Used For The Evaluation Process. The Following Factors Shall Be Used To Evaluate Offers: technical Factor #1. Documentation Is Provided For That The Sling And Hammocks To Be Provided Meets Or Exceeds All The Salient Characteristics And Specifications Listed In Attachment 1. Failure To Provide This Or Not Meet The Characteristics Will Cause The Vendor To Be Rated Unacceptable. 2. Technical Factor #2. Vendor Submitted A Filled Out Far Provision 52.225-2. Failure To Submit This Shall Cause The Vendor To Be Rated Unacceptable. if An Offeror Receives An Adjectival Rating Of “unacceptable” In Any Factor They Shall Not Be Eligible For Contract Award. offeror Must Sign And Date The 52.212-1 Addendum Found Of Page 12, Along With All Amendments Posted To Sam.gov For 12805b25q0088. far Clause 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition And No Addendum Has Been Added. far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Applies To This Acquisition And Applicable Clauses Within 52.212-5 To This Acquisition Have Been Marked With Three X’s. other Additional Far Clauses Have Been Added To This Synopsis/solicitation. If They Are Incorporated By Reference In This Synopsis/solicitation, Use Acquisition.gov To Read Them In Their Entirety. submittals Formats: Only Electronic Submissions Via Email Will Be Accepted Due To Contract Specialist Working Remotely. quotes Are Due To The Contract Specialist, Mr. David Hildebrand, At David.hildebrand@usda.gov By 4:00 Pm (cst) 31 January 2025. for Information Regarding This Synopsis/solicitation, Please Contact Mr. David Hildebrand At David.hildebrand@usda.gov. Only Written Submitted Questions Will Be Given A Response. They Will Be Answered Via A Questions From Industry Posting To Sam.gov. Due To Usda-ars Operating Remotely, Mr. Hildebrand Is Only Available Via Email. notice To Offeror(s): The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs Incurred. site Visit: None Offered. questions Must Be Submitted In Writing Via Email To David.hildebrand@usda.gov. Questions Received After January 29, 2025 May Not Receive A Response. Responses Will Be Posted To Sam.gov In A Document Titled Questions From Industry. You Will Not Receive A Direct Response.
Contract Date1 Apr 2025
Contract AmountUSD 14.4 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Item With Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6 And Far Part 13, 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 12805b25q0100 And Is Issued As A Request For Quotation (rfq). This Solicitation Document Incorporates Those Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 325414 And The Small Business Size Standard Is 1,250 Employees. the Usda, Agricultural Research Service, Plains Area, Located At Manhattan, Ks, Requires Weekly Shipments Of Animal Blood For Research Purposes. The Government Intends To Award A Firm Fixed Price Purchase Order. the Requirements Are In Further Detail In The Solicitation And Minimum Specifications Document (attachment 1). the Delivery Address Is: usda Plains Area 1515 College Avenue manhattan, Ks 66502 documents To Be Included In Quote: In Order To Be Considered For Award, Offerors Shall Respond By: 1) Addressing All Of The Requirements Of The Rfq. 2) Have An Active Sam.gov Registration And Complete The Representations In Far 52.204-24; The Representation And Certification Section Should Also Be Completed Electronically In The System For Award Management (sam) At Www.sam.gov. any Amendment And Documents Related To This Procurement Will Be Available Electronically At The Government Point Of Entry (sam.gov). far Clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 And 52.212-5 (and Any Addenda To Those Clauses) Are Included In The Attached Clauses And Provisions Document. Additionally, Other Contract Requirements And Terms/conditions Can Be Located In The Same Document. the Government Anticipates Award Of A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforms To The Specifications That Will Be The Most Advantageous To The Government In Accordance With Far 13.106-2 Considering Three Major Areas: Technical Acceptance, Past Performance And Price. Quotes Will Be Evaluated By Performing A Comparative Evaluation In Accordance With Far 13.106-2(b)(3) To Determine Which Quote Represents The Best As A Whole. The Government Has The Discretion To Accept Other Than The Lowest Priced Quote That Provides Additional Benefits. all Sources Wishing To Quote Shall Furnish A Quotation By 6:30 A.m. Central Time, On Or Before February 28, 2025. Quotations Are To Be Sent Via Email To David W. Reynolds At David.reynolds2@usda.gov. failure To Provide The Required Information In The Requested Format May Result In Quotes Not Being Considered For Award. attached Provisions/clauses Apply To This Rfq And Any Subsequent Award.
Contract Date7 Mar 2025
Contract AmountUSD 25.7 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
The United States Department Of Agriculture (usda), Agricultural Research Service (ars), Southeast Area (sea) Has A Requirement To “replace Building 9 Drain Line” At Usda, Ars, Sea, Corn Host Plant Resistance Research, 150 Twelve Lane, Mississippi State, Ms 39762. solicitation 12405b25q0038 Is Issued As A Request For Quotation (rfq). The Solicitation Document, With The Incorporated Clauses And Provisions, Is Issued In Accordance With The Federal Acquisition Regulation (far) Parts 13 And 36 And Will Be Incorporated In The Awarded Firm-fixed Price Contract. Interested Vendors Should Reference The Solicitation Documents For All Terms And Conditions. this Requirement Is Solicited As A Total Small Business Set Aside. The Associated Naics Code Is 238220, Plumbing, Heating, And Air Conditioning Contractors. The Small Business Size Standard Is $19.0 Million. the Usda/ars Is Seeking A Qualified Contractor To Perform Work That Consists Of Replace Building 9 Drain Line In Accordance With Local,state, And National Building Code. Building 9 Is A Conventional Building Built On A Concrete Slab Foundation And Has One Toilet, 1 Floor Drain, And 1 Sink That Are Served By The Existing Original 4” Cast Iron Sanitary Sewer Line That Exits The Building On The East Side And Immediately Ties Into An Existing Manhole. Investigations Confirm That The Sewer Line Has Collapsed In One Place Just Downstream Of The Toilet And Rendered It Unusable. The Line Downstream Of The Blockage Is Intact But Needs Replacement Due To Age And Condition. The Approximate Total Length Of Pipe Is 55 Lf From Toilet To Manhole. contractor Must Provide All Professional Services Necessary For The Accomplishment Of The Contract Project And Such Required Services Must Be In Accordance With Requirements As Described Herein. Contractor Must Perform All Work In Strict Accordance As Detailed In Attached Statement Of Work (sow). the Contractor Must Provide A Technical And Cost Proposal To Complete The Project As Per Project Requirements To Provide Services To “replace Building 9 Drain Line” At The Ars Ms State, Ms Campus. in Accordance With Far 36.204 Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of Construction Is Estimated To Be Between $25,000 And $100,000. period Of Performance Is 90 Days After Receipt Of The Notice To Proceed To Include Inspection And Punch List. site Visit: bidders Are Encouraged To Visit The Site And Be Escorted By A Government Representative To Confirm Locations, Dimensions, And Conditions Of The Project Before A Bid Is Submitted. The Site Visit Will Be Held For The Purpose Of Providing Contractors With The Opportunity To Familiarize Themselves With The Site Which May Be Helpful In The Preparation Of Offers. Attendance At This Site Visit Is Not Mandatory For Offer Submission; However, Failure To Visit The Site Will Not Relieve Or Mitigate The Successful Contractor's Responsibility And Obligation To Fully Comply With The Terms, Conditions, And Specifications Contained And/or Referenced In This Document. the Site Visit Shall Be For Observing Firsthand Any Conditions Relevant To The Completion Of This Project. No Consideration Will Be Given To Claims Based On Lack Of Knowledge Of Existing Conditions, Except Where Contract Documents Make Definite Provisions For Adjustment In Cost Or Extension Due To Existing Conditions Not Readily Foreseeable. to Schedule A Site Visit, Please Contact In Advance, Neil P. Johnson, Phone: (662)684-9141 Or Neil.johnson@usda.gov. site Visit Location: usda, Ars, Sea, Corn Host Plant Resistance Research 150 Twelve Lane mississippi State, Ms 39762 contractors Intending To Conduct Business With The Federal Government Must Register With The System For Award Management (sam) Database Prior To Submitting A Quotation. Registration Is Free And You May Register Online At Www.sam.gov. prospective Contractors Who Have Not Completed Electronic Annual Representations And Certifications At Http://www.sam.gov/ In Conjunction With Required Registration In The System For Award Management (sam) Database, Shall Complete And Submit Far 52.212-3 Alternative 1 Offeror Representations And Certifications - Commercial Items And Dfars Representations And Certifications In Sam To Be Eligible To Receive An Award For This Solicitation. questions Submission. All Questions Regarding This Solicitation Must Be Submitted In Writing Only To The Contract Specialist, Monte Jordan, Via Email Tomonte.jordan@usda.gov. Questions Must Be Submitted No Later Than 12:00 Pm Cst, January 6, 2025.answers To All Questions Received By That Time Will Be Posted As An Amendment To The Solicitation. No Questions Will Be Answered After This Date Unless Determined To Be In The Best Interest Of The Government As Deemed By The Contracting Officer. Telephone Requests For Information Will Not Be Accepted Or Returned. quotation Submission. Quotations Must Be Received Not Later Than 3:00 P.m. Cst, Monday, January 13, 2025. Quotations Must Be Emailed To Contract Specialist, Monte Jordan At Monte.jordan@usda.gov. Quotation Must Be Annotated As Such And Reference The Solicitation Number. No Late Quotations Will Be Accepted. disclaimer: The Official Contract Documents And Any Amendments Related To This Procurement Will Be Available Electronically At The Government Point Of Entry (gpe) Sam.gov. Please Continue To Monitor This Site For The Release Of Any Further Amendments (if Any) Or Other Information Pertaining To This Solicitation. the Government Is Not Liable For Information Furnished By Any Other Source. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To This Solicitation. Websites Are Occasionally Inaccessible, Due To Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Contract Date21 Jan 2025
Contract AmountUSD 27.4 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In 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. Solicitation Number 12405b25q0065 Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. The Associated Naics Code Is 335312 (testing Laboratories). usda, Ars, Sea 1100 Allen Toussaint Blvd. new Orleans, La 70124 is Looking For Afis Cotton Fiber Testing For Measurement Of 1200 Cotton Fiber Samples That Fits Into The Required Attached Statement Of Work. the Government Anticipates Award Of A Firm Fixed Price Contract. each Offer Must Show A Breakdown Giving Price Of Each Element, Provide Descriptive Literature Or Information Showing That The Offered Service Meets All Parts Of The Statement Of Work. . vendors Responding To This Announcement Shall Submit Their Quote In Accordance With Far 52.212-1. Submission Of Quote Shall Include The Following: (1) Technical Specifications And (2) Price (to Include Shipping). electronic Submissions Are Preferred. Please Email All Quotes To Melissa.santos@usda.gov. All Solicitations Must Be Sent Using The Email Subject Title As The Solicitation Number. No Late Quotes Will Be Accepted. the Basis For Award Will Be Made Based On Overall Best Value To The Government. pursuant To Far 52.212-2, The Criteria For Evaluation Are: (1) Technical Specifications, (2) Price (to Include Shipping), And Must Also Have Satisfactory Past Performance. inspecton And Acceptance Terms: Supplies Will Be Inspected By Requiring Office's Technical Representative And Accepted At Destination. the Following Federal Acquisition Regulation (far) And The Department Of Agriculture Acquisition Regulation (agar) Provisions And Clauses Apply To This Acquisition: Far 52.202-1 Definitions; Far 52.203-5 Covenant Against Contingent Fees; Far 52.203-6 Restriction On Subcontractor Sales To The Government; Far 52.203-7 Anti-kickback Procedures; Far 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights; Far 52.204-7 Central Contractor Registration; Far 52.204-10 Reporting executive Compensation And First-tier Subcontract Awards; Far 52.204-16 Commercial And Government Entity Code Reporting; Far 204-17 Ownership Or Control Of Offeror; Far 52.204-18 Commercial And Government Entity Code Reporting; Agar 452.204-70 Inquiries; Far 204-19 Incorporation By Reference Of Representations And Certifications; Far 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended Or Proposed For Debarment; Far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations; Agar 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants; Far 52.212-1 Instructions To Offers-commercial Items; Far 52.212-2 Evaluation- Commercial Items (filled In As Follows: Technical Specifications And Price); Far 52.212-4 Contract Terms And Conditions-commercial Items; Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Of Executive Orders-commercial Items; Far 52.216-24 Limitation Of Government Liability; Far 216.25 Contract Definitization; Far 52.219-6 Notice Of Total Small Business Set-aside; Far 52.219-28 Post Award Small Business Program Re-representation; Agar 452.219-70 Size Standard And Naics Code Information; Far 52.222-3 Convict Labor; Far 52.222-17 Non-displacement Of Qualified Workers; Far 52.222-21 Prohibition Of Segregated Facilities; Far 52.222-26, Equal Opportunity Employment; Far 52.222-36 Affirmative Action For Workers With Disabilities; Far 52.222-50 Combating Trafficking In Persons; Far 52.223-18 Encouraging Contractor Policy To Ban Text Messaging While Driving; Far 52.225-13 Restrictions On Certain Foreign Purchases; Far 52.225-25 Prohibitions On Contracting With Entities Engaging In Certain Activities Or Transactions relating To Iran-reps And Certs; Far 52.232-1 Payments; Far 52.232-33 Payment By Electronic Funds Transfer-central Contractor Registration; Far 52.232-39 Unforceability Of Unauthorized Obligations; Far 52.233-2 Service Of Protest; Far 52.233-3 Protest After Award; Far 52.233-4 Applicable Law For Breach Of Contract; Far 52.244- 6 Subcontractors For Commercial Items; Far 52.252-1 Solicitations Provisions Incorporated By Reference; Far 52.252-2 Clauses Incorporated By Reference. to Be Eligible For An Award, All Contractors Must Be Registered In The System For Award Management (sam). A Contractor Can Contact Sam By Calling 1-866-606-8220 Or E-mail At Www.sam.gov. No Exceptions. A Duns (dun And Bradstreet) Number Is Required In Order To Register. All Invoices Shall Be Submitted And Paid Electronically. quotes Must Be Received No Later Than Thursday January 9th, 2025, At 4:00pm Central Time. Melissa.santos@usda.gov questions Regarding This Combined Synopsis/solicitation Are Due No Later Than 3:00 Pm Ct On Tuesday January 7th, 2025. Answers To Any Questions Received By That Time Will Be Posted As An Amendment To This Combined Synopsis/solicitation. Melissa.santos@usda.gov
Contract Date16 Jan 2025
Contract AmountUSD 19.2 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Service Contract For Spotlight 400 Microscope Infrared
Contract Date15 Jan 2025
Contract AmountUSD 81.2 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Calves Through A University Of Nebraska-lincoln Agreement
Contract Date18 Dec 2024
Contract AmountUSD 657.4 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Preventative Maintenance On Building 1 Hvac System (base Year + 4 Option Years)
Contract Date25 Sep 2024
Contract AmountUSD 70 K 

AGRICULTURAL RESEARCH SERVICE USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Consulting And Support For Groundwater Transfer And Injection Pilot (gtip) Project Phase 2
Contract Date23 Sep 2024
Contract AmountUSD 79.4 K 
1-10 of 228 active Tender Results