Isolated Crossing and Breeding Nursery
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. Department of Agriculture (USDA), Agricultural Research Service (ARS), is seeking quotations for Isolated Crossing and Breeding Nursery Services. This Total Small Business Set-Aside opportunity requires contractors to provide land, labor, and expertise for the production of corn hybrid seed and breeding nurseries in a central Corn-Belt region. The contract will be a Firm Fixed-Price award. Quotations are due by April 3, 2026, at 2:00 PM PT.
Scope of Work
The contractor will establish and manage six isolated crossing blocks for topcross (hybrid) seed production and two hand-pollinated nurseries for breeding stock. Key tasks include:
- Providing suitable land in a central Corn-Belt region (Iowa, Illinois, eastern Nebraska, northern Indiana).
- Land preparation, fertilization, weed and pest control, and harvest.
- Implementing specific planting patterns, GDU-based planting delays, and monitoring for isolated crossing blocks.
- Managing hand-pollinated nurseries with 12-ft plot rows, shoot bagging, and specific pollination procedures.
- Seed drying (forced air, not exceeding 95°F to 12-14% moisture), boxing, and preparation for freight shipment.
- The Government will furnish packeted seed.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance: April/May 2026 through November 30, 2026.
- Delivery Date: November 1, 2026.
- Set-Aside: Total Small Business Set-Aside (NAICS 111150, Size Standard $2.5M).
- Place of Performance: Ames, IA (and surrounding Corn-Belt region).
- Questions Due: March 27, 2026, by 2:00 PM PT.
- Quotation Due: April 3, 2026, by 2:00 PM PT.
Submission Requirements
Offerors must submit:
- A Firm Fixed-Price quotation on SF 1449 (Attachment 3), valid for at least 30 days.
- SAM.gov Unique Entity ID (UEI).
- Past Performance References (2-3 projects within the last three years, similar in size/scope/complexity, at least two as prime contractor, as detailed in Attachment 5).
- A Capability Statement demonstrating experience, qualifications, and technical ability to meet all Statement of Work (SOW) Performance Elements. Submissions must be emailed to Elizabeth.Calhoun@usda.gov with the solicitation name and number in the subject line.
Evaluation Criteria
Award will be made to the offeror representing the best value to the Government. Evaluation factors include:
- Technical Approach: Soundness, compliance, and understanding of requirements.
- Past Performance: Assessed based on references and other government sources.
- Price: Evaluated for fairness and reasonableness. Technical and Past Performance combined are slightly more important than Price. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
- A Wage Determination (Attachment 4) for Iowa, Story County, is provided, outlining minimum wage rates and fringe benefits under the Service Contract Act. Bidders must account for these labor costs and request additional wage determinations if needed by two days before the solicitation close.
- Payment will be processed via the Department of Treasury's Invoice Processing Platform (IPP).