Annual Explosives Order, USDA APHIS, Raleigh, NC
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 United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), intends to award a sole-source contract to Dimension Supply Inc. for binary explosives and accessories in Raleigh, NC. This requirement supports the annual removal of over 650 beaver dams, preventing an estimated $18 million in annual losses. While a justification for sole-source exists, this is also a combined synopsis/solicitation, and the government is accepting competitive offers from all responsible sources.
Scope of Work
The contractor will supply specific binary explosives and accessories, including Kinepak products (K12 liquid/solid, K1 liquid, K1BB solid), Dyno Nonel, Primacord, IBQ Britanite, Martin & Shaft fuse lighters, Maxam Riodet, and M700 safety fuse. These components must meet criteria for compatibility, safety, toxicity, stability, shelf life, cost-effectiveness, and ease of mixing. All ordered materials must be transported to the USDA APHIS North Carolina State Office in Raleigh, NC.
Contract Details
- Type: Firm-fixed-price requirements contract.
- Duration: One base year and four one-year option periods, for a total of five years.
- Place of Performance: Delivery to USDA APHIS, Raleigh, NC. Production and assembly will occur at the contractor's facility.
- Sole Source Justification: The government's justification for restricting competition to Dimension Supply, Inc. cites the proprietary nature of Kinepak products and market research that yielded no other suitable alternatives meeting the required compatibility and performance criteria.
Submission & Evaluation
- Offers Due: May 21, 2026, by 5:00 PM Eastern Daylight Time.
- Questions Due: April 15, 2026, by 5:00 PM Eastern Daylight Time.
- Submission Method: Offers must be emailed to Paige Francis (paige.francis@usda.gov). Submissions require three separate attachments: Technical Proposal, Price Proposal, and Representations and Certifications (in Microsoft Word, Excel, or Adobe PDF format).
- Evaluation: Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price, Technically Acceptable (LPTA) basis. Evaluation factors include:
- Technical Approach: Ability to meet requirements and understanding of the Statement of Work.
- Price: Fair and reasonable pricing.
- Past Performance: Acceptable or neutral record.
- Eligibility: Offerors must have an active entity registration in the System for Award Management (SAM).
Key Contacts
- Contracting Officer (Contract Issues): Paige Francis (paige.francis@usda.gov)
- Technical Point of Contact: Todd Menke (todd.a.menke@usda.gov, (919) 594-0459)