PLANTING SEED CORN ON USDA FIELDS
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 USDA Agricultural Research Service (ARS) is soliciting proposals for planting seed corn on government fields at the National Animal Disease Center (NADC) in Ames, IA. This opportunity is a Total Small Business Set-Aside and aims to secure services for planting approximately 75.4 acres of corn, which will be harvested for feeding research animals. Quotes are due by April 3, 2026, at 12:00 PM ET.
Scope of Work
The contractor will be responsible for planting seed corn, supplying all necessary equipment (tractor, planter, fuel, labor), and adhering to specific planting requirements. These include maintaining a 30-inch row width, achieving a consistent population of 35,000 seeds per acre, and ensuring a consistent seed planting depth of 2 inches with proper seed-to-soil contact. The government will provide the seed corn and will prep the fields using a Kuhn Disc Harrow and a John Deere Field Cultivator. A Farm Manager will provide on-site direction and coordinate planting start times with at least 48 hours' notice.
Contract Details
- Type: Firm-fixed-price purchase order.
- Period of Performance: The base period is from April 15, 2026, to May 15, 2026. An optional CLIN (1001) extends the period of performance to June 15, 2026.
- Place of Performance: 1920 Dayton Ave, Ames, IA 50010.
- Acreage: Approximately 75.4 acres are to be planted, with the USDA NADC anticipating up to 75 acres and an option for an additional 15 acres.
- Delivery: Planting must commence within four business days of a request from the USDA procurement officer or NADC Farm Manager.
Submission & Evaluation
Offerors must hold prices firm for 30 calendar days from the offer due date. Quotes are due via email to katelyn.nelson@usda.gov by April 3, 2026, at 12:00 PM ET, with the subject line "Quote for 1232SA26Q0378". Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria, considering technical acceptability, delivery, price, and past performance. Contractors must provide evidence of previous direct experience in similar services, which can include references, prior invoices, or written statements detailing equipment, acreage, and location.
Eligibility
This acquisition is a Total Small Business Set-Aside. The applicable NAICS Code is 115112 (Support Activities for Crop Production), with a small business size standard of $9.5 million.
Additional Notes
This solicitation was amended to clarify acreage and change the unit of issue from 'Each' to 'Acre' for CLINS 0001 and 1001. Technical data is available in Attachment 2 (Scope of Work). Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses are incorporated. Invoices must be submitted electronically through the Invoice Processing Platform (IPP).