CA KLAMATH BSN NWR C7 RANCH SEED
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. Fish and Wildlife Service (FWS), Klamath Basin NWR Complex, is soliciting quotes for a native seed mix for planting a cover crop on the C7 Ranch. This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with FAR Subpart 12.6 and 13. The acquisition is a Total Small Business Set-Aside. Quotes are due April 1, 2026, at 5:00 PM ET.
Scope of Work
The requirement is for 2,840 lbs. of pure live seed (PLS) to plant 223.1 acres of native cover crop at a rate of 12.7 lbs/ac (PLS). The specified seed mix components include meadow barley, slender wheatgrass, prairie junegrass, tufted hairgrass, western yarrow, American sloughgrass, and basin wildrye. The seed mix will be split into two separate bags. Delivery is FOB destination, with a preferred delivery date around October 15, 2026.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: May 1, 2026, through October 31, 2026
- Delivery Window: September 1, 2026, to October 31, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Published Date: March 16, 2026
- Solicitation Questions Due: March 30, 2026, at 5:00 PM ET
- Quotes Due: April 1, 2026, at 5:00 PM ET
Submission & Evaluation
Quotes must be submitted on company letterhead, including UEI No., point of contact phone number, and email address. Offerors should provide a copy of FAR provision 52.212-3 Offeror Representations and Certifications – Commercial Items with applicable sections completed, and GSA contract number if applicable. Award will be made to the vendor proposing the best value product that meets specifications, from a responsible source pursuant to FAR subpart 9.1.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) to be considered for award. Any seed substitutions must be genotypes native to the East Cascades/Intermountain West, unless prior approval is granted. Payment requests will be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).