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 (RFQ) for a Labor Hour contract, set aside for Total Small Business concerns. Quotes are due by April 15, 2026, at 1:00 PM Eastern Time.
Scope of Work
The selected contractor will provide expert technical advisory services, including:
- Advising on nursery crop insurance issues related to field-grown and containerized plants.
- Consulting on plant production practices, classification, taxonomy, hardiness zones, storage, plant protection, risk assessment, and wholesale marketing.
- Attending relevant RMA and nursery industry meetings.
- Assisting RMA personnel with large claims as necessary.
- Providing knowledge of the Nursery Value Select (NVS) pilot crop insurance program to advise on program modifications.
Contract & Timeline
- Contract Type: Labor Hour
- Period of Performance: A base year (12 months) from June 1, 2026, to May 31, 2027, with two (2) possible one-year option periods, for a total duration not to exceed three (3) years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541611 (Support Professional: Program Evaluation/Review/Development)
- Quotes Due: April 15, 2026, 1:00 PM ET
- Questions Due: April 6, 2026, 1:00 PM ET
- Published Date: March 26, 2026
Evaluation
Award will be based on a tradeoff process, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance combined are significantly more important than Price. Offerors must receive at least a "MEETS EXPECTATIONS" rating on non-price factors to be eligible for award. Pricing will be evaluated for reasonableness after technical acceptability is determined. Offerors must submit pricing for all Contract Line Items (CLINs).
Additional Notes
Performance will primarily be at the Contractor's facilities. Travel may be required to all 50 states, possessions, and/or territories, and will be cost-reimbursable with pre-approval. The pricing schedule includes estimated hours (approx. 380 per year) and a not-to-exceed travel amount for each period. Contractors must be registered in SAM.gov. This announcement constitutes the only solicitation; a separate written solicitation will not be issued.