Peanut Standards Verification Services for USDA, AMS
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 United States Department of Agriculture (USDA), Agricultural Marketing Service (AMS), Specialty Crops Program (SCP) has issued a Request for Quotation (RFQ) for Peanut Standards Verification Services. This unrestricted opportunity seeks non-personal services to verify handler and importer compliance with established peanut standards, primarily across Alabama, Florida, Georgia, New Mexico, North Carolina, Oklahoma, South Carolina, Texas, and Virginia. The incumbent contractor is Tabb & Associates, Inc.
Scope of Work
The selected contractor will provide comprehensive peanut verification services, including management, supervision, labor, and subcontracts. Key responsibilities involve:
- Verifying handler and importer compliance with peanut standards.
- Conducting handler visits and observing cold storage areas.
- Tracking outgoing peanut inspection certificates and electronic aflatoxin lab certificates.
- Monitoring compliance of lots re-designated as non-edible.
- Investigating and reporting alleged violations, including preparing case referral reports.
- Submitting quarterly reports on aflatoxin testing and grade results.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite-Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Anticipated five one-year ordering periods from March 1, 2026, to February 28, 2031, with an optional six-month extension.
- Set-Aside: This is an unrestricted requirement and is not set-aside for small business concerns.
- NAICS Code: 541690 (Other Scientific and Technical Consulting Services), with a small business size standard of $19.0 million.
Submission & Evaluation
Quotes will be evaluated based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. Evaluation factors include Technical Approach, Key Personnel, Experience, and Price. Past performance will be rated as Acceptable, Neutral, or Unacceptable. No tradeoffs will be conducted. Bidders must submit a Vendor Quotation Form (Attachment 2) for pricing, a Vendor Experience and Past Performance Sheet (Attachment 3) detailing 2-5 relevant projects from the last five years, and Key Personnel resumes.
- Questions Due: February 20, 2026, 12:00 PM Central Time.
- Quotes Due: March 13, 2026, 5:00 PM UTC.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Bidders should also review the U.S. Department of Labor Wage Determination No. 2015-4281 (Attachment 4) for minimum wage rates and fringe benefits applicable to the contract.