Soil Moisture Retention Curve System (Brand Name LAB023V1 or Equal)
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), specifically the USDA ARS AFM APD office, is seeking quotations for a Soil Moisture Retention Curve System (Brand Name LAB023V1 or Equal). This acquisition is a Total Small Business Set-Aside and is issued as a Request for Quotation (RFQ). The system is required for the Soil Thermal Project at the USDA-ARS DFRC lab in Madison, WI, to measure soil moisture and thermal properties. Quotations are due by April 1, 2026, at 17:00 CT.
Scope of Work
The requirement is for a Soil Moisture Retention Curve System (Brand Name LAB023V1 or Equal) with all supporting associative parts as detailed in Attachment 1. Key components include 5 bar and 15 bar application range extractors (PV5 and PV15 Pressure Vessels), manifolds, ceramic plates (1, 3, 5, and 15 bar), soil sample retaining rings, and a 110V air compressor. All items must have clear traceability to the Original Equipment Manufacturer (OEM), Soilmoisture. Contractors must furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15. Alternate parts are authorized if they meet all form, fit, and function requirements and conform to the approved configuration; all parts must be NEW.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial items, anticipated as a Firm-Fixed contract.
- Set-Aside: Total Small Business Set-Aside (NAICS 334516, Size Standard 1,000 employees).
- Place of Performance: USDA-ARS DFRC and lab at 1925 Linden Dr., Madison, WI 53706.
- Delivery: Required within 60 days after receipt of order (ARO), with early deliveries accepted. Anticipated delivery between March 1, 2026, and April 30, 2026. All travel for setup, testing, training, and delivery must be included in the quote.
- F.O.B.: Destination.
- Invoicing: Electronically through the Invoice Processing Platform (IPP).
Submission & Evaluation
- Offer Due Date: April 1, 2026, 17:00 CT.
- Questions Due Date: March 27, 2026, 17:00 CT, submitted via email to shane.pope@usda.gov.
- Period for Acceptance of Offers: 90 calendar days from the offer due date.
- Evaluation Method: Award will be made to the offeror representing the best value to the Government, based on the Lowest Price Technically Acceptable (LPTA) criteria. Only the lowest-priced offer will be evaluated for Technical Acceptability. Past performance will be assessed as acceptable or neutral. Tradeoffs will not be conducted.
- Submission Requirements: Offerors must submit pricing for all items. For "equal" products, descriptive literature, brand name, make, and model number must be provided. Failure to provide adequate documentation or meet salient characteristics will result in technical unacceptability.
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside. All responsible small business concerns may submit a quotation. The applicable NAICS Code is 334516 with a small business size standard of 1,000 employees.