Calf and Cow Feed and Heifer Supplements - Prairie Du Sac WI
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 is seeking quotations for a 12-month contract for Calf and Cow Feed and Heifer Supplements for the USDA-Dairy Forage Research Farm in Prairie du Sac, WI. This is a Total Small Business Set-Aside. Quotations are due April 08, 2026, at 0800 CDT.
Scope of Work
The contractor will provide recurring deliveries of various feed and mineral supplements, including USDA Dry Cow Mineral-RUM, Dairy Heifer BASE RUM, Dairy Heifer Base Bova, Cattle's choice Bova dbz, Urea 46%, Reashure Choline, Bunklife, Salt, SerPass 200, and USDA BSF 18 Calf Starter Bova dbz. Deliveries will be made to the US Dairy Forage Research Center farm at S8822 Sunset Drive, Prairie du Sac, WI. Specific quantities, sizes, guaranteed analysis, and active drug ingredients are detailed in the solicitation and Attachment 1. Deliveries are generally quarterly (May 1, 2026; July 31, 2026; November 2, 2026; February 1, 2027), with some items requiring more frequent delivery. The contractor must furnish a Certificate of Conformance (COC) with traceability to the manufacturer and confirmation of active ingredients/guaranteed analysis.
Contract & Timeline
- Type: Request for Quotation (RFQ), Firm-Fixed-Price Purchase Order
- Duration: 12 months (anticipated PoP: May 01, 2026 to April 30, 2027)
- Set-Aside: Total Small Business
- NAICS: 311119 (Other Animal Food Manufacturing), Size Standard: 650 employees
- Quotations Due: April 08, 2026, 0800 CDT
- Questions Due: April 06, 2026, 12:00 CT
- Published: March 24, 2026
Evaluation
Award will be made to the offeror representing the best value to the Government, based on:
- Technical Approach: Ability to meet requirements and understanding of the solicitation.
- Price: Must be fair and reasonable.
- Past Performance: Must be acceptable or neutral. Offerors must provide pricing for all line items on the SF 1449; failure to do so may result in disqualification. Pricing should include all fees, taxes, and delivery costs.
Additional Notes
This is a combined synopsis/solicitation under FAR Part 12. An "Attachment 1 – Specifications Document" is available. Offers must be submitted via email to shane.pope@usda.gov. The solicitation also includes a brand name or equal requirement for an "Emergency Medical Technician (EMT) Pack" (Part Number: LBT-4000CG, Manufacturer: London Bridge Trading Company), which appears to be an unusual item for this feed procurement.