Skip to content
Department of Agriculture

Various Commodities for use in International Food Assistance Programs

Solicitation: 12-1NFP-26-B-0012
Notice ID: cc6bbf6fb33941cbb0121dce0a7ca3a6
TypeCombined Synopsis SolicitationNAICS 311212PSC8945DepartmentDepartment of AgricultureAgencyAgricultural Marketing ServiceStateDCPostedApr 09, 2026, 12:00 AM UTCDueApr 21, 2026, 02:00 PM UTCCloses in 12 days

Combined Synopsis Solicitation from AGRICULTURAL MARKETING SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 21, 2026. Industry: NAICS 311212 • PSC 8945.

Market snapshot

Awarded-market signal for NAICS 311212 (last 12 months), benchmarked to sector 31.

12-month awarded value
$9,544,681
Sector total $1,866,982,109 • Share 0.5%
Live
Median
$4,698,400
P10–P90
$4,698,400$4,698,400
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($9,544,681)
Deal sizing
$4,698,400 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Not listed
State: DC
Contracting office
Washington, DC • 20250 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Travis Cathey
Email
travis.cathey@usda.gov
Phone
Not available
Name
Melvin Smith
Email
melvin.smith@usda.gov
Phone
8169266212

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
AGRICULTURAL MARKETING SERVICE
Subagency
USDA AMS 3J14
Office
Not available
Contracting Office Address
Washington, DC
20250 USA

More in NAICS 311212

Description

USDA’s Agricultural Marketing Service (AMS)-Commodity Procurement Program (CPP) intends to issue a solicitation for procurement of various packaged commodities for International food assistance programs. Deliveries are to various locations outside the United States with various delivery bases (see solicitation). The solicitation may include multiple small business set asides pursuant to the Small Business Act (15 U.S.C. 631, et seq.). This may include partial or total small business set-asides, service-disabled veteran-owned (SDVO) set-asides, quantities reserved for 8(a) and AbilityOne firms, and price evaluation preferences for qualified HUBZone small businesses.

The solicitation is expected to be available on or after today and will be available electronically through USDA Web Based Supply Chain Management (WBSCM) located at https://portal.wbscm.usda.gov/publicprocurement and through a link to the aforementioned website in the documents attached to the solicitation notice and Contract Opportunities website (https://sam.gov). A hard copy of the solicitation will not be available for the acquisition. All future information regarding this acquisition, including solicitation amendments and award notices, will be published through WBSCM and Contract Opportunities website. Interested parties shall be responsible for ensuring that they have the most up-to-date information about this acquisition. The contract type will be firm-fixed-price.

The attached solicitation should be read in conjunction with contract terms and conditions contained in the Master Invitation for Bids for Commodity Procurements – International Programs (MIFB-I) available on the AMS website at https://www.ams.usda.gov/sites/default/files/media/MSCP-I_generic.pdf. Commodity specifications documents are referenced in the solicitation and can be accessed online as follows:

For packaged commodities:

https://www.ams.usda.gov/services/international-procurement/packaged-commodities

For bulk commodities:

 https://www.ams.usda.gov/services/international-procurement/bulk-commodities

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.