Laboratory Animal Feed - Base+4 IDIQ - Ames IA
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 soliciting quotations for Laboratory Animal Feed for its facility in Ames, Iowa. This is a Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Offers are due by March 12, 2026, at 1:00 PM CST.
Scope of Work
The contractor will provide fresh, clean, high-quality laboratory animal feed to support animal health and well-being at the USDA-NADC Animal Resources Unit in Ames, Iowa. Key requirements include:
- Feed Types: Supply various types of laboratory animal feed, including soy protein-free rodent diet, high-fiber rabbit feed, high-fiber guinea pig feed (with stabilized Vitamin C), and irradiated extruded rodent diet. All feed must be complete, balanced, commercially available, have at least 9 months shelf life, and be free of hormones, antibiotics, growth stimulants, bactericides, bacteriostats, and coccidiostats.
- Delivery: Deliveries must be made within five working days of order, during business hours (7:30 a.m. - 2:30 p.m. CST, M-F, excluding Federal holidays) to USDA, ARS, MWA, NADC, 1920 Dayton Avenue, Building 24, Ames, Iowa 50010. Deliveries must use clean, closed vehicles, be on returnable or disposable pallets, and include a delivery ticket.
- Packaging: Feed must be in new multi-wall paper bags (30-40 lbs for items 1-3, 10kg for item 4) that do not impart odor or flavor. Bags must be tagged with weight, feed name, nutrient analysis, ingredients, precautions, and manufacturer's date (within 45 days of milling at delivery).
- Quality Control: No substitution or deviation from formulations is permissible without USDA approval. The Government reserves the right to reject non-compliant shipments.
Contract & Timeline
- Contract Type: Firm-Fixed Price IDIQ
- Period of Performance: One (1) one-year base period and four (4) one-year option periods, totaling up to five (5) years.
- Number of Awards: One award is anticipated.
- Set-Aside: None specified in the metadata; the solicitation states "All responsible sources may submit a quotation."
- Response Due: March 12, 2026, 1:00 PM CST
- Published Date: March 11, 2026
Evaluation
Quotations will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. The lowest-priced quotation will be evaluated first for Technical Acceptability. Evaluation factors include:
- Technical Acceptability: Rated as "acceptable" or "unacceptable," demonstrating capability to meet requirements.
- Past Performance: Rated as "Acceptable," "Neutral," or "Unacceptable" based on CPARS and other sources from the last three years.
- Price: Offerors must provide pricing for all Contract Line Items (CLINs) as requested in Attachment 3. Failure to price individual line items may result in exclusion.
Submission Requirements
Offerors must complete "Attachment 3 Schedule and Transmittal Summary," providing business entity details (including SAM.gov Unique Entity ID), primary contact information, and a quotation expiration date (at least 30 days from solicitation close). Affirmations regarding SAM.gov registration, F.O.B. Destination shipping, invoicing via IPP, quotation validity, amendment acknowledgment, specification compliance, and "domestic end product" certification are required. All CLINs must be completely priced for the base and all option periods. No other government forms will be accepted.
Additional Notes
This announcement constitutes the only solicitation; a separate written solicitation will not be issued. The full text of provisions and clauses can be accessed at www.acquisition.gov. Inquiries must be submitted via email. The solicitation is posted on sam.gov, which is the only official location for documents and updates.