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-Dairy Forage Research Farm in Prairie du Sac, WI, is seeking quotations for a 12-month contract for recurring deliveries of Calf and Cow Feed and Heifer Supplements. This acquisition is a Total Small Business Set-Aside (NAICS 311119). An amendment has extended the offer due date.
Scope of Work
The contractor will provide recurring deliveries of various feed and mineral supplements, including:
- USDA Dry Cow Mineral-RUM (80 units)
- Dairy Heifer BASE RUM (40 units)
- Dairy Heifer Base Bova (20 units)
- Cattle's Choice Bova DBZ (50 units)
- USDA BSF 18 Calf Starter Bova DBZ (8 units)
- Urea 46% (30 units)
- Reashure choline (6 units)
- Bunklife (6 units)
- Salt, white mixing (25 units)
- SerPass 200 (20 units) Deliveries are required approximately every 90 days, with some items needing more frequent delivery. Specific approximate quarterly delivery dates are May 1, 2026; July 31, 2026; November 2, 2026; and February 1, 2027. The government will provide access to the farm and feed bins.
Contract & Timeline
- Type: Request for Quotation (RFQ) for commercial items (FAR Part 12)
- Duration: 12-month contract (Period of Performance: May 1, 2026, to April 30, 2027)
- Set-Aside: Total Small Business Set-Aside (NAICS 311119, Size Standard 650 employees)
- Offer Due Date: April 16, 2026, at 5:00 PM CDT
- Published Date: April 7, 2026 (Amendment 001)
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.
Additional Notes
A Certificate of Conformance (COC) is required in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15, including traceability to the manufacturer, manufacturer's COC, and the offeror's own certificate. The solicitation incorporates numerous FAR clauses by reference. Questions were due April 6, 2026.