Soybean Meal 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 proposals for a Soybean Meal Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the National Animal Disease Center (NADC) in Ames, Iowa. This acquisition is a Total Small Business Set-Aside. Proposals are due April 23, 2026, at 0900 ET.
Purpose & Scope
This Request for Quotation (RFQ) seeks a contractor to provide fresh, clean, high-quality bulk soybean meal to support animal health and well-being at the USDA-NADC Animal Resources Unit. The contract is for an indefinite quantity, with a maximum of 90 tons and a minimum of 5 tons. Deliveries must be made within four working days after receipt of an order.
Contract Details
- Contract Type: Firm-fixed price, IDIQ.
- Period of Performance: May 1, 2026, to April 30, 2027 (one full year).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 311119 (Other Animal Food Manufacturing), Size Standard: 650 employees.
- Place of Performance: USDA, ARS, MWA, NADC, 1920 Dayton Avenue, Building 13, Ames, Iowa 50010.
Key Requirements
The primary deliverable is bulk soybean meal, not bagged. Strict specifications detailed in Attachment 1 must be met, including specific nutritional values (e.g., 48% Crude Protein, 1.0% Fat). The product must be clean, high-quality, and free from prohibited additives such as antibiotics, hormones, chemical growth promotants, animal products/by-products, bactericides, bacteriostats, or coccidiostats. If the mill processes materials with prohibited additives, a two-ton flush is required. Deliveries must be direct from the mill in clean, closed vehicles during specified business hours (7:30 a.m. - 2:30 p.m. CST, Mon-Fri, excluding Federal holidays). Certified weight tickets and delivery documentation are mandatory.
Submission & Evaluation
Quotes are due April 23, 2026, at 0900 ET. Submissions must be electronic via email to the point of contact. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Responsive quotes require completing SF1449 blocks, providing pricing, checking the technical capability declaration, and including a one-page narrative demonstrating previous experience with similar livestock feeds. Offerors must also complete provisions such as the Buy American Certificate (FAR 52.225-2) and Place of Manufacture (FAR 52.225-18).
Contact Information
Primary Contact: Christopher Turner (christopher.c.turner@usda.gov). Inquiries must be submitted via email up to 48 hours before the due date.