CA Certified Weed Free Alfalfa Hay for SEKI NP

SOL #: 140P8525Q0010Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
PWR SF/SEA MABO(85000)
SAN FRANCISCO, CA, 94104, United States

Place of Performance

Three Rivers, CA

NAICS

Hay Farming (111940)

PSC

Forage And Feed (8710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 8, 2025
2
Last Updated
Aug 4, 2025
3
Submission Deadline
Apr 17, 2025, 12:00 AM

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.

DESCRIPTION. The National Park Service, Sequoia and Kings Canyon National Parks, has a requirement for the supply and delivery of Certified Weed-Free Alfalfa Hay. See attached Specifications for the full requirement.

This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03 (effective January 17, 2025). The solicitation number is 140P8525Q0010 and is issued as a Request for Quotation for a firm fixed price commercial items contract. The performance period is from June 1, 2025, to November 30, 2025. This solicitation is a 100% total small business set-aside in accordance with FAR 19.502-2, and the NACIS code is 111940 with an associated small business size standard of $2.5 million in average annual receipts.

The government intends to award a single firm fixed price contract resulting from this solicitation to the responsible Offeror (pursuant to FAR subpart 9.1) based on price, technical capability, and past performance.

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. Offerors are advised to submit a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

QUOTES ARE DUE AT 5:00 P.M. PACIFIC TIME (PT) ON WEDNESDAY, April 16, 2025. Only emailed quotes will be accepted.

Questions regarding this solicitation must be submitted in writing via email to charlene_flanagan@nps.gov and reference the solicitation number in the subject line of the email, e.g., '140P8524Q0010 QUESTION.' Questions must be received by April 11, 2025, by 5:00 p.m. (PT).
THIS SYNOPSIS PAGE CONTAINS ONLY A PARTIAL AMOUNT OF INFORMATION CONTAINED IN THIS SOLICITATION.

The government reserves the right to cancel this solicitation.

People

Points of Contact

Flanagan, CharlenePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Award Notice
Posted: Aug 4, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 28, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 22, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 16, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2025