Self-Propelled Sprayer

SOL #: 1232SA26Q0290Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Parlier, CA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

Soil Preparation Equipment (3710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 24, 2026
2
Submission Deadline
Apr 2, 2026, 11:00 PM

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 a Self-Propelled Sprayer (RFQ 1232SA26Q0290) to support weed management at its Parlier, CA facility. This acquisition is a Total Small Business Set-Aside. Quotations are due by April 2, 2026, at 1700 MT.

Scope of Work

The requirement is for one (1) Self-Propelled Sprayer, specifically identified by Part Number "HAV 300BCENT/C-TURBO PWM" from Manufacturer "HAV PBM", or an approved equal. The sprayer must meet detailed technical specifications outlined in Attachment 1, including:

  • Vehicle: 65hp Turbo Diesel Hydraulic engine, 152" L x 72" W x 67" H dimensions, 20-gallon fuel tank.
  • Spraying System: 500-gallon polyethylene tank, Hypro® 9303P centrifugal spray pump, hose reel, and spray gun.
  • Additional Features: Tilt steering, on-board closed mix system, spray-rate control, manual/hydraulic spray boom, cab filtration, boomless nozzles, foam markers, and 31 X 15.5-15 tires.

Contract & Timeline

  • Contract Type: Request for Quotation (RFQ), leading to a Firm-Fixed Price contract.
  • Set-Aside: Total Small Business Set-Aside (NAICS 333111, Size Standard 1,250 employees).
  • Period of Performance: From award to July 1, 2026.
  • Delivery: No later than July 1, 2026, to USDA ARS, 9611 S Riverbend Ave, Parlier, CA 93645.
  • Quotations Due: April 2, 2026, 1700 MT.
  • Questions Due: March 26, 2026, 12:00 PM MT.
  • Offer Acceptance Period: 90 calendar days from the offer due date.

Submission & Evaluation

  • Quote Submission: Via email only to amber.sampson@usda.gov with the subject line "Quote for 1232SA26Q0290".
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
    • Price: Evaluated based on total quoted amount, including discounts and shipping.
    • Technical Acceptability: Rated "acceptable" or "unacceptable"; offerors must provide manufacturer's specification sheets matching Attachment 1 or detailed information for "equal" products.
    • Past Performance: Evaluated as "Acceptable" or "Neutral".
  • Award will be made to the offeror representing the best value to the Government.

Additional Notes

This solicitation incorporates FAR clauses by reference. Invoices must be submitted through the Invoice Processing Platform (IPP).

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
Self-Propelled Sprayer | GovScope