Feed Corn for Livestock
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 (ARS) is soliciting quotations for Feed Corn for Livestock at its Livestock and Range Research Lab in Miles City, Montana. This is a Combined Synopsis/Solicitation (RFQ), issued as a Total Small Business Set-Aside. The acquisition aims to procure 4,500 bushels of feed corn. Offers are due by February 20, 2026, at 6:00 PM Eastern Time.
Purpose & Scope
The objective is to procure 4,500 bushels of good quality, storable feed corn to supplement livestock used in research projects at the USDA-ARS Fort Keogh Livestock and Range Research Laboratory. The corn must be 2 Yellow Whole Corn, harvested in 2024 or 2025, with less than 15% moisture, free of mold, insects, and insect damage, and with minimal dust and cracking. Deliveries are required as bulk feed via semi-load.
Contract Details
- Contract Type: Firm-Fixed Price
- Anticipated Award: One award
- NAICS Code: 311119 (Small Business Size Standard: 1,000 employees)
- Product Service Code: 8710 (Forage And Feed)
- Period of Performance: Deliveries to begin upon award and continue through May 15, 2026.
- Place of Performance: USDA-Agricultural Research Service's Livestock and Range Research Lab, 243 Fort Keogh Road, Miles City, Montana 59301.
Key Requirements & Deliverables
- Supply 4,500 bushels of specified feed corn in five shipments of 900 bushels each.
- Provide certified weight tickets at the contractor's facility and destination.
- Delivery is F.O.B. Destination; the contractor is responsible for delivery and unloading into storage bins or on the ground.
- Notify the Contracting Officer's Representative (COR) three workdays prior to shipping with anticipated tonnage and carrier information.
- Deliveries are scheduled between 7:30 a.m. and 3:30 p.m., local time, Monday through Friday, excluding weekends and national holidays. Early deliveries are accepted.
Submission & Evaluation
- Offers Due: February 20, 2026, 6:00 PM Eastern Time.
- Questions Due: February 12, 2026, 12:00 PM Eastern Time.
- Submission Method: Electronically via email.
- Quote Validity: Quotes must be held firm for 90 calendar days.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), representing the best value to the Government.
- Evaluation Factors: Price, Technical Acceptability (meeting salient characteristics, clear product identification, descriptive literature, availability), and Past Performance (Acceptable/Neutral/Unacceptable).
Set-Aside
This acquisition is a Total Small Business Set-Aside.
Contact Information
- Primary Contact: Winston Buchanan
- Email: winston.buchanan@usda.gov