Advisory Services for Nursery Crop Insurance Program for Subtropical and Temperate Plants
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA) Federal Crop Insurance Corporation (FCIC)/Risk Management Agency (RMA) is seeking Advisory Services for its Nursery Value Select Pilot Crop Insurance Program for subtropical and temperate plants. This is a Combined Synopsis/Solicitation issued as a 100% Total Small Business Set-Aside. Quotes are due April 15, 2026, at 1:00 PM ET.
Purpose & Scope of Work
The objective is to obtain expert technical advisory services to support the Nursery Value Select (NVS) pilot crop insurance program. The contractor will provide advisory services in a horticulture specialist capacity, assisting RMA personnel and interested parties. Key areas of advice include:
- Nursery plant production practices, classification, and taxonomy.
- Hardiness zone limitations, storage, and plant protection procedures.
- Risk assessment and wholesale marketing.
- Nursery crop insurance procedures and program modifications for the NVS pilot.
- Attending relevant RMA and nursery industry meetings.
- Assisting with large claims as necessary. Services are to be provided on a non-personal services basis, primarily at the Contractor's facilities.
Contract Details
- Contract Type: Labor Hour.
- Period of Performance: Anticipated base year from June 1, 2026, to May 31, 2027, with two possible one-year option periods.
- Total Duration: Not to exceed three (3) years.
- Award: One award is anticipated.
- Estimated Hours: Approximately 380 hours per year.
- Travel: Cost-reimbursable, not to exceed $1,250.00 per year, requiring pre-approval.
Submission & Evaluation
- Questions Due: April 6, 2026, at 1:00 PM ET.
- Quotes Due: April 15, 2026, at 1:00 PM ET.
- Submission Method: Via email to jill.craft@usda.gov and Lizabeth.kuhaneck@usda.gov.
- Evaluation: Tradeoff process considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are combined and significantly more important than Price. Offerors must achieve at least a "MEETS EXPECTATIONS" rating on non-price factors to be eligible. Pricing will be evaluated for reasonableness after technical acceptability.
- Pricing: Offerors must submit pricing for all CLINs using Attachment 2 - Price Schedule.
Eligibility & Special Requirements
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 541611 (Support Professional: Program Evaluation/Review/Development).
- Registration: Contractors must be registered with SAM.gov.
- Key Personnel: Resumes of key personnel must be submitted, and substitutions require CO/COR approval.
- Confidentiality: Strict adherence to confidentiality and restrictions against disclosure of government-furnished information.
- Organizational Conflicts of Interest: Must be avoided, neutralized, or mitigated per FAR Subpart 9.5.
- Past Performance: Required for similar projects within the last five years.