Skip to content
Department of Agriculture

Fertilizer, dry, bulk for the Whitmore farm at the USDA, ARS in Groveland, FL (1165263)

Solicitation: 1232SA26Q0229
Notice ID: f5262650a0cd4cc4a3391afc0eccf9a8

Combined Synopsis Solicitation from AGRICULTURAL RESEARCH SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: FL. Response deadline: Feb 27, 2026. Industry: NAICS 325314 • PSC 8720.

Market snapshot

Awarded-market signal for NAICS 325314 (last 12 months), benchmarked to sector 32.

12-month awarded value
$20,908
Sector total $1,201,082,248 • Share 0.0%
Live
Median
$20,908
P10–P90
$20,908$20,908
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($20,908)
Deal sizing
$20,908 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 FL
Live POP
Place of performance
Groveland, Florida • 34736 United States
State: FL
Contracting office
Beltsville, MD • 20705 USA

Point of Contact

Name
Shelley C Steen
Email
shelley.steen@usda.gov
Phone
15105596350

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
AGRICULTURAL RESEARCH SERVICE
Subagency
USDA ARS AFM APD
Office
Not available
Contracting Office Address
Beltsville, MD
20705 USA

More in NAICS 325314

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 1232SA26Q0229 is issued as a Request for Quotation (RFQ) for  dry bulk fertilizer, per specifications.

This acquisition  is set-aside for small business concerns.  This solicitation incorporates provisions and clauses by reference.  The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The applicable North American Industry Classification Standard Code is 325314  The small business size standard is 550  This acquisition is a Total Small Business Set-Aside.  All responsible sources may submit a quotation which will be considered by the agency. 

See “Attachment 1 - Solicitation Terms and Conditions” for applicable clauses, instructions, and evaluation criteria. 

Statement of Requirement

See Attachment 2 - Specifications

Item

Supplies/Services

Qty

Price per Ton

Total

0001

Fertilizer, dry, bulk

20 Tons

Technical Data -

Technical data and supporting documentation associated with this solicitation are provided as attachments.

  1. Solicitation Attachments
    The following documents are included as attachments to this solicitation and can be accessed via the “Attachments/Links” section of the posting.
    • Attachment 2- Specifications

Delivery Information

FOB Destination 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 USDA requires delivery of all items by March 13, 2026.

Award Type

It is anticipated that a Firm Fixed Price (FFP) contract will be awarded as a result of this synopsis/solicitation.

The Government intends to make one award from this solicitation.  Therefore, to be considered responsive, contractors must submit pricing for all items.

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.

Price: The offeror’s quotation will be evaluated in accordance with FAR 12.204, to determine if it is fair and reasonable.

Technical Acceptability:  The United States Department of Agriculture (USDA) has a requirement for the salient characteristics of the fertilizer per the attached Specifications. 

Offeror’s providing “or equal” items shall include in their quotation descriptive literature such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer showing that the items being quoted meets all salient characteristics.  Merely stating that the items meet is not acceptable.  The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

The Technical capability will be evaluated to determine an overall rating of “acceptable” or “unacceptable”.  To be considered technically acceptable, the quoted product must:

Meet or exceed all salient characteristics of the brand name product as specified in the solicitation.

Include sufficient descriptive literature or documentation (e.g., product specifications, datasheets, or brochures) to demonstrate how the proposed product meets or exceeds the required salient characteristics.

  1. Be available for delivery within the timeframe specified in the solicitation.

Failure to provide adequate documentation or to meet the required salient characteristics will result in a determination of technical unacceptability, and the quotation will not be considered for award.

Past Performance:

The Government may utilize any references provided by the Contractor, along with information available from past contracts/orders with the USDA and any information found using sources such as Federal Government sources or the Contractor Performance Assessment Reporting System (CPARS) to determine if the Contractor has acceptable or neutral Past Performance.  Past Performance will be evaluated using the following rating system:

  • Acceptable: The contractor shows a demonstrated ability to meet contract requirements in prior or current contracts, including quality of work, timeliness, cost control, business relations, and adherence to contract terms. 

  • Neutral: Offeror does not have a past performance record.

  • Unacceptable:  The contractor has a documented history of failing to meet contract requirements, including poor quality, missed deadlines, cost overruns, lack of responsiveness, or unethical behavior. 

Evaluation Method:

The Government will evaluate quotations based on the lowest price technically acceptable criteria.  Only the lowest priced offer will be evaluated for Technical Acceptability.  Should the lowest priced offer not receive an acceptable technical or past performance rating, the process will continue in order of lowest priced offer until the lowest price, technically acceptable offer with acceptable or neutral past performance is identified. 

Federal Acquisition Regulation (FAR) and United States Department of Aquiculture Acquisition Regulation (AGAR) Clauses and Provisions

The clauses and provisions contained herein are applicable to any order awarded as a result of this solicitation.  The terms and conditions set forth herein supersede all other terms and conditions. Acceptance of the order in accordance with (IAW) FAR 12.201-1(b)(2) constitutes acceptance of all terms and conditions contained herein.

As part of the Revolutionary FAR Overhaul (RFO), system updates may lag policy updates.  The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation.  Contracting officers will rely on representations from offers based on provisions in the solicitation.  Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

52.252-2          Clauses Incorporated by Reference                                                            Feb 1998

This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available.  Also the full text of the clause may be accessed electronically at Internet address https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52

52.212-4          Terms and Conditions—Commercial Products and Commercial Services (Nov 2025)

                        ☐  Alternate I  (Nov 2025) of 52.212-4

52.203-17        Contractor Employee Whistleblower Rights (Nov 2023)

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements                 (Jan 2017)

52.222-50        Combating Trafficking in Persons  (Nov 2025)

☐  Alternate I  (Nov 2025) of 52.222-50

52.226-8          Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)

52.232-40        Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

52.233-3          Protest After Award (Sep 2025)

52.233-4          Applicable Law for Breach of Contract Claim (Sep 2025)

52.240-91        Security Prohibitions and Exclusions (Nov 2025)

☐  Alternate I (Nov 2025) of 52.240-91

52.244-6          Subcontracts for Commercial Products and Commercial Services (Nov 2025)

The following clauses are applicable if checked:

☐  52.203-6     Restrictions on Subcontractor Sales to the Government (Jun 2020) with Alternate I                        (Nov 2021) of 52.203-6

☐  52.203-13   Contractor Code of Business Ethics and Conduct (Nov 2021)

☐  52.204-9     Personal Identity Verification of Contractor Personnel Jan 2011

  52.204-13   System for Award Management—Maintenance (Nov 2025)

☐  52.204-91   Contractor identification (Nov 2025)

☐  52.209-6     Protecting the Government’s Interest When Subcontracting with    

                        Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2025)

☐  52.209-9     Updates of Publicly Available Information Regarding Responsibility           

                        Matters (Sep 2025)

  52.209-10   Prohibition on Contracting with Inverted Domestic Corporations (Sep 2025)

☐  52.219-4     Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Nov                        2025)

  52.219-6     Notice of Total Small Business Aside (Nov 2025)

☐ Alternate I (Mar 2020).

☐  52.219-8     Utilization of Small Business Concerns (Nov 2025)

☐  52.219-9     Small Business Subcontracting Plan (Nov 2025)

☐ Alternate III (Nov 2025) of 52.219-9.

☐ Alternate IV  (Nov 2025) of 52.219-9

☐  52.219-14   Limitations on Subcontracting (Nov 2025)

☐  52.219-16   Liquidated Damages—Subcontracting Plan(Nov 2025)

☐  52.219-33   Nonmanufacturer Rule (Nov 2025)

☐  52.222-3     Convict Labor (June 2003)

  52.222-19   Child Labor—Cooperation with Authorities and Remedies (Nov 2025)

☐  52.222-35   Equal Opportunity for Veterans (Nov 2025)

☐ Alternate I (Jul 2014) of 52.222-35

☐  52.222-36   Equal Opportunity for Workers with Disabilities  (Nov 2025)

☐ Alternate I (Jul 2014)  of 52.222-36

☐  52.222-37   Employment Reports on Veterans  (Nov 2025)

☐  52.222-40   Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)

☐  52.222-54   Employment Eligibility Verification  (Nov 2025)

☐  52.222-62   Paid Sick Leave Under Executive Order 13706 (Jan 2022)

☐  52.223-9     Estimate of Percentage of Recovered Material Content for EPA-Designated Items                               (May 2008)

☐ Alternate I (May 2008) of 52.223-9

☐  52.223-11   Ozone-Depleting Substances and High Global Warming Potential                                                 Hydrofluorocarbons  (Nov 2025)

☐  52.223-12   Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air                                    Conditioners  (Nov 2025)

  52.223-23   Sustainable Products and Services

☐  52.224-3     Privacy Training (Jan 2017)

☐ Alternate I (Jan 2017) of 52.224-3

  52.225-1     Buy American-Supplies (Nov 2025)

☐ Alternate I (Oct 2022)  of 52.225-1

☐  52.225-3     Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2025)

☐ Alternate II (Nov 2025) of 52.225-3.

☐ Alternate III (Nov 2025) of 52.225-3.

☐ Alternate IV (Oct 2022) of 52.225-3

☐  52.225-5     Trade Agreements (Nov 2023)

☐  52.225-19  Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic                or Consular Mission outside the United States (May 2020)

☐  52.225-26   Contractors Performing Private Security Functions Outside the United States (Oct                  2016)

☐  52.226-4     Notice of Disaster or Emergency Area Set-Aside (Nov 2007)

☐  52.226-5     Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2025)

☐  52.229-12   Tax on Certain Foreign Procurements

☐  52.232-29   Terms for Financing of Purchases of Commercial Products and Commercial Services

                        (Nov 2021)

☐  52.232-30   Installment Payments for Commercial Products and Commercial Services

                        (Nov 2021)

  52.232-33   Payment by Electronic Funds Transfer— System for Award Management (Oct 2018)

☐  52.232-34   Payment by Electronic Funds Transfer—Other Than System for Award Management               (Jul 2013)

☐  52.232-36   Payment by Third Party (Nov 2025)

☐  52.240-92   Security Requirements (Nov 2025)

☐  52.240-93   Basic Safeguarding of Covered Contractor Information Systems (No 2025)

☐  52.247-64   Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2025)

☐ Alternate I (Apr 2023) of 52.247-64.

☐ Alternate II (Nov 2021) of 52.247-64

Other Applicable Clauses

52.217-6          Option for Increased Quantity (Mar 1989)

The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.   Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.

(End of clause)

52.247-34        F.O.B. Destination (Jan 1991)

AGAR Clauses

452.222-71     Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance (Dec                                2025)

(a) By entering into this contract, the Contractor certifies that:

  1. It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution, and it will remain compliant for the duration of the contract.

  1. Neither it nor any subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution, and the Contractor and any subcontractor or teaming partner will not do so for the duration of the contract.

(b) If the Contractor participates in, facilitates, or funds programs that implicate Title VI of the Civil Rights Act of 1964 or Title IX of the Education Amendments of 1972, as amended, including but not limited to grants to or for schools, colleges, universities, 4-H programs, non-governmental organization (NGO) programs, sports programs, and education-related grants to prisons or other

detention facilities, the Contractor certifies that it will remain compliant with those laws, including the requirements set forth in Executive Order 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, and Executive Order 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity.

(c) The Contractor affirms that the above requirements are conditions of payment that go to the essence of the contract and are therefore material terms of the contract. Payments under the contract are predicated on compliance with the above requirements, and therefore the Contractor is not eligible for funding under the contract or to retain any funding under the contract absent compliance with the above requirements.

(d) This certification reflects a change in the Government’s position regarding the materiality of the foregoing requirements and therefore any prior payment of similar claims does not reflect the materiality of the foregoing requirements to this contract.

(e) Submission of a knowing false statement relating to Contractor’s compliance with the above requirements and/or eligibility for the contract may subject the Contractor to liability under the False Claims Act, 31 U.S.C. § 3729, and/or criminal liability, including under 18 U.S.C. §§ 287 and 1001.

(f) The Contractor must include the provisions of this clause in all subcontract solicitations.

(g) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default.

(End of Clause)

452.204–70     Modification for Contract Closeout (Nov 2025)

(a) If unliquidated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (Contracting Officer) shall issue a unilateral modification for deobligation.  The contractor will receive a copy of the modification but will not be required to provide a signature.  The Contracting Officer shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.

(b) Upon contract closeout for contracts utilizing SAP: if unliquidated funds of more than $1000 remain on the contract, the Contracting Officer shall issue a bilateral modification for deobligation.  The contractor will receive a copy of the modification and will be required to provide a signature.  (The Contracting Officer may also request a “Contractor Release of Claims” be completed by the contractor, although not required for contracts and orders using SAP.)  If the bilateral modification and Release of Claims are not returned to the Contracting Officer within 60 days, the Contracting Officer shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.

(c) Upon contract closeout for contracts utilizing anything other than cost reimbursement, if unliquidated funds of more than $1000 remain on the contract, the Contracting Officer shall issue a bilateral modification for deobligation.  The contractor will receive a copy of the modification and a ‘‘Contractor Release of Claims’’ and will be required to provide a signature on both forms.  If the bilateral modification and Release of Claims are not returned to the Contracting Officer within 120 days, the Contracting Officer shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.

(End of Clause)

452.211-71 Variation in Quantity (Sep 2025)

(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause.

(b) The permissible variation shall be limited to:

5 (Five)  Percent increase

5 (Five) Percent decrease

This increase or decrease shall apply to dry bulk fertilizer, total contract quantity.

(End of clause)

452.211-72 Delivery of Excess Quantities (Sep 2025)

The Contractor must deliver item quantities within allowable variations.  Excess quantities received by the Government are considered delivered for the Contractor's convenience.  The Government may keep excess quantities up to $250 in value without compensating the Contractor therefore, and the Contractor waives all rights, title, or interests therein.  For excess quantities over $250, the Government may return the items at the Contractor’s expense or retain and pay at the contract unit price.

(End of clause)

52.252-1          Solicitation Provisions Incorporated by Reference                     Feb 1998

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available.  The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer.  In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.  Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52

52.212-1          Instructions to Offerors - Commercial Products and Commercial Services  (Nov                                    2025)

OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING in order to be considered for award:

Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs. 

Submit Sam.gov Unique Entity ID (UEI) with quotation. 

Place of Manufacture for items(s)

REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

Quotes are due on February 28, 2026 at 3:oo p.m. by email to Shelley Steen at shelley.steen@usda.gov.  Include the solicitation name and number as the subject line of the email.

Questions by interested parties regarding the requirement must be submitted by February 26 2026.  Shelley Steen may be reached at Shelley.Steen@usda.gov for specific questions regarding this combined solicitation. You must include the solicitation name and number as the subject line of the email.

52.203-18        Prohibition on Contracting with Entities that Require Certain Internal Confidentiality                         Agreements or Statements-Representation (Jan 2017)

52.240-90        Security Prohibitions and Exclusions Representations and Certifications (Nov 2025)

The following provisions are applicable if checked:

☐  52.203-11   Certification and Disclosure Regarding Payments to Influence Certain Federal                                    Transactions (Sep 2024)

  52.204-7     System for Award Management—Registration (Nov 2025)

☐ Alternate I (Nov 2025) to 52.204-7

☐  52.204-90   Offeror Identification (Nov 2025)

☐  52.207-6     Solicitation of Offers from Small Business Concerns and Small Business Teaming                  Arrangements or Joint Ventures (Multiple-Award Contracts) (Aug 2024)

☐  52.209-12   Certification Regarding Tax Matters (Oct 2025)

☐  52.219-2     Equal Low Bids  (Nov 2025)

  52.222-18   Certification Regarding Knowledge of Child Labor for Listed End Products (Feb                                   2021)

☐  52.222-48   Exemption from Application of the Service Contract Labor Standards for                                            Maintenance, Calibration, or Repair of Certain Equipment–Certification  (Nov 2025)

☐  52.222-52   Exemption from Application of the Service Contract Labor Standards for Certain                               Services-Certification  (Nov 2025)

☐  52.222-56   Certification Regarding Trafficking in Persons Compliance Plan (Oct 2020)

☐  52.223-4     Recovered Material Certification (May 2008)

  52.225-2     Buy American Certificate (Oct 2022)

☐  52.225-4     Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Nov 2025)

☐  52.225-6     Trade Agreements-Certificate (Feb 2021)

☐  52.226-3     Disaster or Emergency Area Representation (Nov 2007)

☐  52.229-11   Tax on Certain Foreign Procurements—Notice and Representation (Jul 2025)

AGAR Provisions

452.203-70      Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Certification (Dec                    2025)

(a) By submission of its offer, the offeror certifies that:

  1. It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution.
  2. Neither it nor any proposed subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution.

(b) If the offeror participates in, facilitates, or funds programs that implicate Title VI of the Civil Rights Act of 1964 or Title IX of the Education Amendments of 1972, as amended, including but not limited to grants to or for schools, colleges, universities, 4-H programs, non-governmental organization (NGO) programs, sports programs, and education-related grants to prisons or other detention facilities, by submission of its offer, the offeror certifies that it is compliant with those laws, including the requirements set forth in Executive Order 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, and Executive Order 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity.

(c) The offeror affirms that the above requirements are conditions of payment that go to the essence of the contract and are therefore material terms of the contract.  Payments under the contract are predicated on compliance with the above requirements, and therefore the offeror will not be eligible for funding under the contract or to retain any funding under the contract absent compliance with the

above requirements.

(d) This certification reflects a change in the Government’s position regarding the materiality of the foregoing requirements and therefore any prior payment of similar claims does not reflect the materiality of the foregoing requirements to this contract.

(e) Submission of a knowing false statement relating to offeror’s compliance with the above requirements and/or eligibility for the contract may subject the offeror to liability under the False Claims Act, 31 U.S.C. § 3729, and/or criminal liability, including under 18 U.S.C. §§ 287 and 1001.

(f) Failure on the part of the offeror or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate the contract for default.

(End of Provision)

NOTICE FOR FILING AGENCY PROTESTS

United States Department of Agriculture (USDA) Ombudsman Program

The USDA is committed to issuing solicitations and awarding contracts in a fair and prompt manner.  The Ombudsman Program for Agency Protests (OPAP) was established to address protest issues within the agency, providing an alternative to costly and time-consuming litigation.  Operating independently, OPAP offers relief comparable to that granted by the Government Accountability Office (GAO).  Interested parties are encouraged to resolve concerns through USDA’s internal Alternative Dispute Resolution (ADR) process before pursuing external forums such as the GAO.  Concerns may be addressed informally or through a formal agency protest filed with either the Contracting Officer or the Ombudsman.

Informal Forum with the Ombudsman

  1. Initial Point of Contact: Interested parties who believe a specific USDA procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer.
  2. Escalation: If the Contracting Officer is unable to address their concerns, interested parties are encouraged to contact the USDA Ombudsman for Agency Protests.  Under this informal process, the agency is not required to suspend contract award performance.  Utilization of the informal forum does not suspend any time requirement for filing a formal protest with the agency or other forums.
  3. Required Information: To ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).

Formal Agency Protest with the Ombudsman

  1. Effort to Resolve: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions.
  2. Independent Review: If the protester’s concerns remain unresolved, an Independent Review is available by the Ombudsman.  The protester may file a formal agency protest with either the Contracting Officer or, alternatively, with the Ombudsman under the OPAP program.  Contract awards or performance will be suspended during the protest period unless justified in writing for urgent and compelling reasons or determined in writing to be in the best interest of the Government.
  3. Resolution Timeline: The agency’s goal is to resolve protests within 35 calendar days from the date of filing.
  4. Required Information: Protests shall include the information set forth in FAR 33.104(a)(3).  Failure to submit the required information may result in a delay or dismissal of the protest.
  5. Timeliness: Protests must be filed within the timeframes specified in FAR 33.104.
  6. Submission: Formal protests under the OPAP program should be submitted electronically to SPE.inquiry@usda.gov and the Contracting Officer. 

Election of Forum.  By initiating a protest with the USDA, the protester agrees not to pursue the same matter with the Government Accountability Office (GAO) or any other external forum while the agency protest is pending.  If a protest is filed externally, the agency protest will be dismissed.

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.