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 USDA Agricultural Research Service (ARS) is soliciting quotations for Isolated Crossing and Breeding Nursery Services to support the Germplasm Enhancement of Maize (GEM) Project. This 100% Small Business Set-Aside opportunity requires contractors to provide comprehensive nursery services for hybrid seed production and corn breeding stock maintenance in the central Corn-Belt region. Quotations are due by April 17, 2026, at 9:00 AM PT.
Scope of Work
The contractor will establish and maintain six isolated crossing blocks for topcross (hybrid) seed production and two hand-pollinated nurseries for breeding stock. Key activities include land preparation, fertilization, weed and pest control, planting, hand-pollination, harvesting, seed drying, and shipping preparation. The land must be suitable for corn production, located in Iowa, Illinois, eastern Nebraska, or northern Indiana, with minimal disease and insect pressure.
Technical Requirements
Specific technical requirements include a minimum 500-foot isolation from adjacent corn fields for crossing blocks, detailed planting patterns (e.g., 4:4 male-female rows), GDU delays for male rows, and monitoring for off-types. Hand-pollinated nurseries involve self-pollination and paired-row crossing with specific plot and kernel counts. Harvesting must occur when seed reaches ¾ milk line or 45 days post-pollination, followed by forced-air drying (not exceeding 95°F) to 12-14% moisture. The USDA will provide packeted seed for the hand-pollinated nursery.
Contract Details
- Contract Type: Firm Fixed Price (RFQ)
- Set-Aside: 100% Small Business
- NAICS Code: 111150 (Soybean Farming) with a $2.5 million size standard
- Period of Performance: April/May 2026 through November 30, 2026
- Place of Performance: Central Corn-Belt region (IA, IL, eastern NE, northern IN), with shipping destinations in Ames, IA, and Clayton, NC.
Submission & Evaluation
Offerors must submit a Firm Fixed Price quotation on SF 1449 (Attachment 3), their SAM.gov Unique Entity ID (UEI), Past Performance References (Attachment 5), and a Capability Statement demonstrating experience and qualifications. Quotations must be valid for at least 30 days. Award will be made to the offeror representing the best value to the Government, based on an integrated assessment of Technical Approach, Past Performance, and Price. 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. Offerors are required to meet a qualification requirement to be eligible for award.
Key Dates & Contacts
- Questions Due: April 15, 2026, by 2:00 PM PT
- Quotations Due: April 17, 2026, by 9:00 AM PT
- Contracting Officer: Elizabeth Calhoun (Elizabeth.Calhoun@usda.gov)
- Technical Point of Contact: Adam Vanous (adam.vanous@usda.gov)
All submissions and questions must include the solicitation name and number in the subject line.