Opportunity
SAM #1232SA26Q0138
IDIQ Solicitation for Hay and Straw Supply to USDA NADC, Ames, Iowa
Buyer
ARS APD
Posted
April 15, 2026
Respond By
April 30, 2026
Identifier
1232SA26Q0138
NAICS
111940
The USDA Agricultural Research Service (ARS) National Animal Disease Center (NADC) in Ames, Iowa is seeking small business suppliers for a five-year IDIQ contract to provide commercial hay and straw. - Government Buyer: - United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Midwest Area (MWA), National Animal Disease Center (NADC) - Contracting office: USDA ARS Acquisition and Property Division, Beltsville, MD - Products Requested: - Grass Hay, Round Bale (estimated 225 tons/year) - Grass Hay, Small Square Bale (estimated 75 tons/year) - Grass Hay, Large Square Bale (estimated 225 tons/year) - Alfalfa Hay, Large Square Bale (estimated 75 tons/year) - Straw, Small Square Bale (estimated 50 tons/year) - Straw, Large Square Bale (estimated 75 tons/year) - No specific OEMs or vendors are named; procurement is open to all qualified small businesses under NAICS 111940 (Hay Farming) - Notable Requirements: - Delivery required within 5 business days of Task Order issuance - Pricing must include transportation to the NADC facility in Ames, Iowa - Hay and straw must meet technical quality and nutritional standards as evaluated by the government - Multiple-award IDIQ structure with a $2,500 minimum per contract and a $1,000,000 total program ceiling - On-ramp/off-ramp procedures and possible contract cancellation with 30 days' notice
Description
Description -
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued.
Solicitation number 1232SA26Q0138 is issued as a Request for Quotation (RFQ) seeking responsible contractors to establish multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for firm-fixed-price commercial hay and straw supply. The ordering period will be five years starting on the date of award. The Government will place Task Orders on an as-needed basis to successful Contractors during this period.
Note: Initial pricing established under this RFQ will be valid for 60 days, after which pricing for individual Task Orders will be competed among all IDIQ holders.
This acquisition is set-aside for small business concerns. The applicable North American Industry Classification Standard Code is 111940 (Hay Farming) The small business size standard is $2.5M This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency.
Statement of Requirement
Hay – Grass, Round Bale Hay – Grass, Small Square Bale Hay – Grass, Large Square Bale Hay – Alfalfa, Large Square Bale Hay – Straw, Small Square Bale Hay – Straw, Large Square Bale
Award Type
The Government intends to award a sufficient number of multiple-award IDIQ contracts to ensure adequate competition for all line items, typically three or more. Each contract will include a Guaranteed Minimum of $2,500.00, satisfied by the first Task Order. The aggregate program ceiling is $1,000,000.00 over five years
Evaluation and Basis for Award
The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services
is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 12.203 based on the criteria listed below. Award will be made to the offeror representing the best value to the Government.
1. Evaluation Factors:
Technical: The Government will evaluate the Contractor's documented evidence of their ability to meet the specifications in the SOW, including hay quality, nutritional parameters, and delivery timelines. Offerors are not required to quote on all six (6) hay types to be considered for award; however, the quote must clearly identify which specific items (1–6) the vendor is capable of providing. Price: Prices will be evaluated inclusive of transportation charges to the delivery destination. Offerors must submit current pricing for the specific hay types offered, which shall remain valid for 60 days from the date of quote submission.
2. Evaluation Process:
The Contracting Officer will perform a Comparative Evaluation of all timely quotations. The Government will conduct a side-by-side comparison of technical capability and the 60-day price lists to determine which offerors represent the best value.
The Government’s objective is to establish a pool of Multiple-Award IDIQs that ensures overlapping coverage across all six (6) hay and straw types. The Government intends to award the minimum number of IDIQs necessary to ensure that at least two (2) qualified vendors are available to provide each specific item. This ensures continuous supply and maintains competitive tension for all subsequent Task Orders.
Delivery Information
F.o.b. destination, is requested as the F.O.B. point for all deliverables.
- All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND estimated shipping costs are included.
The Government requires delivery within 5 business days of Task Order issuance. While early deliveries are encouraged, the 5-day window is a key performance requirement. Offerors who cannot meet this standard should clearly state their proposed lead time for consideration; however, delivery windows exceeding 5 days will be evaluated on a case-by-case basis and may impact the technical acceptability of the quote.
Delivery Location:
USDA, ARS, MWA, NADC
1920 Dayton Avenue, Building 14
Ames, Iowa 50010
Quote Submittal Information
QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, April 23rd , 2026. Questions will only be accepted via email and WILL NOT be answered if received after this date/time.
QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 5:00 p. m. ET, April 30th, 2026.
Primary Point of Contact:
Richard Hawthorne
Contract Specialist