Skip to main content

An official website of the United States government

You have 2 new alerts

Agricultural fertilizer for research crop and animal feed production

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 17, 2023 03:34 pm EST
  • Original Date Offers Due: Jan 27, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8720 - FERTILIZERS
  • NAICS Code:
    • 115112 - Soil Preparation, Planting, and Cultivating
  • Place of Performance:
    Beltsville , MD 20705
    USA

Description

This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

Solicitation No. 12305B23Q0033 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The NAICS code applicable to this acquisition is 115112 (Soil Preparation, Planting and Cultivating).

This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is $8 million.

The USDA, ARS Beltsville Agricultural Research Center(BARC) in Beltsville, MD has a requirement for 30% Urea Ammonium Nitrate (UAN), Muriate of Potash (0-0-60) and 26% UAN, 7% Sulfur liquid fertilizer mix. 26-0-0-7.  The Government intends to award one firm fixed price contract.

This acquisition is for the following items as identified as Contract Line-Item Number (CLIN) per specifications attached to this solicitation (specification and quantity information found in attached specification document):

CLIN 001: 30% Urea Ammonium Nitrate (UAN) liquid nitrogen fertilizer

CLIN 002: Muriate of Potash granulated fertilizer (0-0-60)

CLIN 003: 26% UAN, 7% Sulfur liquid fertilizer mix. 26-0-0-7

The Contractor shall provide all items F.O.B. destination.  Location of the Government site is aboard USDA ARS, BARC Beltsville, MD and will be identified in the contract.

Offerors responding to this announcement shall submit their Proposal in accordance with FAR:

52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

52.212-2, Evaluation-Commercial Items, applies to this acquisition.

Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due.

52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses

The Government intends to award a Firm Fixed-Price (FFP) contract.

The basis for award is Lowest Price Technically Acceptable (LPTA).  LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.  Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Company Experience and (2)  The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.  If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.  This will continue until the lowest price proposal is determined technically acceptable.  Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.  If found responsible, evaluations will be closed and award will be made.

In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

1) Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price (including shipping/freight) and valid for at least 30 days after receipt of quote. Item delivered FOB Destination inclusive of all costs

2) Company's SAM Unique entity  number.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) by offeror due date.  All invoices shall be submitted electronically through IPP.

Furnish quotes no later than 11:00 AM (EST),  Jan. 27, 2023 to Claire Anderson, Purchasing Agent at claire.anderson@usda.gov .  Quotes will only be accepted via email, no phone calls will be accepted.

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History