Soil Fertility Testing IDIQ
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 seeking quotations for Soil Fertility Testing services under a firm-fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside opportunity, Solicitation Number 1232SA26Q0625, aims to analyze soil samples from the R. J. Cook Agronomy Farm in Pullman, WA, to assess agricultural management impacts on soil fertility. Quotations are due by May 20, 2026, at 0900 ET.
Scope of Work
The contractor will provide comprehensive soil fertility testing for approximately 933 individual air-dried soil samples. This includes furnishing all necessary personnel, materials, equipment, and facilities. Key analytical methods required cover a wide range of soil properties such as pH, organic matter, electrical conductivity, various nutrients (N, P, K, Ca, Mg, etc.), exchangeable Al, Cl, effervescence, and lime requirements (Adams-Evens, Modified Mehlich). The work supports USDA Strategic Goal 1: Put Farmers First.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: A base ordering period from July 1, 2026, to July 1, 2027, with one option year extending to July 1, 2028.
- Quantities: Minimum of 90 samples, maximum of 1000 samples.
- Place of Performance: Determined by the Prime Contractor, with samples shipped from Pullman, WA.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 541380 (Testing Laboratories), with a size standard of $19.0 Million.
Key Requirements & Deliverables
- Provide a Certificate of Conformance (COC) for traceability.
- Deliver sample analysis results to the Government Technical Monitor via email within 90 days of sample delivery.
- The laboratory must demonstrate at least two years of historical commercial competency in each analytical method and hold a recognized quality certification (e.g., NAPT, ALTA).
- Adhere to the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) detailed in Attachment 1.
- Ensure data security compliance with USDA requirements and the Geospatial Data Act.
Submission & Evaluation
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability: Rated based on meeting requirements in Attachment 1 (PWS/QASP) and specific sections (9.1.1, 9.1.2, 9.2).
- Past Performance: Evaluated as "acceptable" or "neutral"; "unacceptable" may lead to exclusion.
- Quote Submission: Offerors must submit pricing for all line items.
- Due Date: May 20, 2026, at 0900 ET.
- Quote Validity: Prices must remain firm for 30 calendar days.
Contact Information
Primary Point of Contact: Christopher Turner (christopher.c.turner@usda.gov).