Federal Bid

Last Updated on 11 Dec 2020 at 7 PM
Combined Synopsis/Solicitation
Corvallis Oregon

Hop Seeding

Solicitation ID 1021297
Posted Date 11 Dec 2020 at 7 PM
Archive Date 02 Jan 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Pwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Corvallis Oregon United states 97333

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 1021297 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 115112

Statement of Work: Hop “early‐line” evaluation germplasm.
This project will involve planting, germination, screening and selection of resistant hop
germplasm offspring from seed to whole plants. Specific temperature requirements for disease
screening, periodic trimming of plants under consultation with USDA staff, daily watering and
regular fertilizer applications will be required.
Specific steps are as follows:
1. Hop seeds will be planted by the contractor into ~100‐cell flats. Approximately 40‐60 K
seeds per year will be provided by USDA staff. Goal for completion: November 20th
2. Contractor keeps the flats and flats will be kept moist and stored under cold conditions
(~ 5 deg C) for 8 weeks
3. Contractor moves flats into a hot house for germination. Typical germination rates
range from 50‐80 % of total seeds planted. Goal for completion: January 15th
4. USDA staff will enter the contractor facility and will inoculate plants with powdery
mildew disease. The powdery mildew disease is an obligate pathogen and its primary
host plant is hops and is not a disease threat to any other plant species. USDA staff will
mark or designate plants for retention. Plants not marked for retention are discarded by
the contractor. Typical culling rates vary among crosses but can range from 40 ‐ 50% of
all germinated seedlings are culled. Remaining seedlings 20 – 40 K. Goal for
completion: February 15th
5. Contractor will transplant retained plants into 2” pots with labels for each flat. Goal for
completion: March 1st
6. Transplanted seedlings will be moved into a warm glasshouse. USDA staff will enter the
contractor facility and will inoculate the plants with powdery mildew a second time.
Goal for completion: March 10th.
7. USDA staff will enter the contractor facility and mark or designate plants for retention.
Plants not marked for retention are discarded by the contractor. Goal for completion:
March 30th. Remaining seedlings will range from 15 – 30 K.
8. Retained plants will be potted up into 4” pots and placed in a warm, humid greenhouse
with overhead irrigation/misting for inoculation with downy mildew spores. Goal for
completion is April 15th.
9. USDA staff will enter the contractor facility and will inoculate plants with downy mildew
disease. The downy mildew disease is an obligate pathogen with primary host as hops.
It is generally not a disease threat to any other plant species. USDA staff will mark or
designate plants for retention. Plants not marked for retention are discarded by the
contractor.
10. USDA staff will mark or designate plants for retention. Plants not marked for retention
are discarded by the contractor. The goal of completion being May 15th. Contractor will
re‐pot retained seedlings into 1‐gal pots. Remaining seedlings will range from 5 – 10 K.
11. Selected offspring will be returned to USDA‐ARS for further handling.

AGAR Clauses
452.211-71 Equal Products Offered.
As prescribed in 411.171, insert the following or substantially the same clause
in solicitations seeking offers on a "brand name or equal" basis to allow offerors the opportunity to clearly identify the "equal" item being offered, and to illustrate how that item meets the salient characteristics requirements of the Government.
EQUAL PRODUCTS OFFERED (NOV 1996)
(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any):
_____________________________
Brand Name or Equal Product identified by the Government in this solicitation: _____________________________________
Offered Product Name: _______________________________________
Catalog Description or part number: _____________________________
Manufacturer's Name: ________________________________________
Manufacturer's Address: ______________________________________
(b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand
name or equal" product's salient characteristics listed in the solicitation.
(End of Clause)
Solicitation #1019021 is issued as a RFQ. The solicitation document, with the attached clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available.
Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond.
Address ALL questions in WRITING to the issuing office via email [email protected].  No telephone inquiries will be accepted.
The offeror must comply with the following commercial item terms and conditions:
FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Quote Submission Instructions:
1. Read the solicitation in its entirety (including the Specifications documents).
2. The quote should include any other documentation deemed necessary such as references.
3. Quotes must be submitted via email by 5:00 PM Pacific Time, Friday December 10, 2020 to [email protected]
4. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the "best value" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offerors within the competitive range are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2
5. The Government may elect to conduct discussions with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification) and fall within the competitive price range. The Government reserves the right, however, to award a contract based on initial offers without conducting discussions. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1.
6. USDA-ARS is Tax Exempt. Tax Exemption Certificate: 720564834F.
7. GSA discounts: The USDA is requesting that schedule contractors extend additional discounts to the USDA when making responses to this solicitation. GSA contract schedule holders are able to offer one-time discounts from established Schedule contracts. Schedule contractors can give one buying member a discount without passing the discount on to the entire federal government. This provision allows the contractor to offer and the government to avail itself of spot pricing in the commercial market.
8. Contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/portal/public/SAM/ prior to quote submission.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) - Basis for Award.
The clause 52.214-4, Contract Terms and Conditions--Commercial Items and 52.214-5, Contract Terms and Conditions required to implement Statues or Executive Orders--Commercial Items, apply to this acquisition. Commercial Items Clauses are attached.

Bid Protests Not Available

Similar Past Bids

Corvallis Oregon 21 Jan 2021 at 10 PM
Corvallis Oregon 30 Dec 2020 at 5 PM
Corvallis Oregon 14 Dec 2020 at 7 PM
Ohio 01 Sep 2020 at 4 AM
Pennsylvania 20 Apr 2021 at 4 AM

Similar Opportunities

Pennsylvania 21 Jul 2025 at 4 AM (estimated)
Pennsylvania 21 Jul 2025 at 4 AM (estimated)
Riverside California 01 Aug 2025 at 9 PM