87--Seed for BAER Dairy on Sacramento River NWR
Special Notice from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 23, 2026. Industry: NAICS 111998 • PSC 8730.
Market snapshot
Awarded-market signal for NAICS 111998 (last 12 months), benchmarked to sector 11.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 111998
Description
This is not a request for quotes.
The U.S. Fish and Wildlife Service (FWS) hereby submits a Notice of Intent (NOI) to inform industry contractors of the Government’s intent to award a sole source, firm-fixed priced contract to RIVER PARTNERS for the Supply Seeds for Restoration on the Sacramento National Wildlife Refuge.
This contract action is for commercial services under NAICS code 111998, All Other Miscellaneous Crop Farming for which the agency intends to award with only one source under Authority, FAR 13.501(a)b), Simplified Acquisition procedures.
River Partners (Heritage Growers) is a reliable supplier that collects native seeds from local areas closely matching the habitat and soil of the burned Dairy Fire scar. These local plant strains are genetically similar to the surviving vegetation, increasing their likelihood of survival. The supplier carefully vets all local sources and growers to ensure seed quality. Availability of seed from the preferred ecotypes was limited, as much of it contained high percentages of non-native weeds. Heritage Growers offered reasonable substitutions sourced from nearby counties. The required seed species were unavailable from other seed suppliers.
FWS anticipates work to begin after receipt of the delivery/ purchase order.
This announcement constitutes the only notice. This is not a request for competitive quotes. All responsible sources may submit a capability statement, which must demonstrate clear and convincing evidence that competition would be advantageous to the Government and would not be cost or time prohibitive. Responses received from this solicitation will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the agency not to compete this proposed contract based upon responses to this notice is solely within the discretion of the agency.
Questions or comments to this NOI should be directed to Contracting Specialist, Fred Riley at fred_riley@fws.gov no later than 2:00pm, EDT, Monday 2/23/2026. Telephone inquiries will not be accepted. Please indicate in the subject of your email: Notice of Intent Capability Statement Submission - DOIFFBO260030
.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.