This is a combined synopsis solicitation for commercial items for Technical Advisory Support Services to assist in the transition of Food for Peace to the USDA. The acquisition is a total small business set aside with NAICS code **** and a size standard of $24. 5M. It is anticipated that a firm-fixed-price requirements contract with a 12-month base period will be awarded. Quotes must be submitted electronically by 10:00 AM ET on May 27, 2026. Questions are due by May 14, 2026. The award will be made to the vendor representing the best value to the government, evaluated on technical and price factors. The government anticipates a ceiling price not to exceed $650,****.
The USDA requires delivery of all items in accordance with the delivery schedule in Attachment 1 PWS, Section 4. 0 Deliverable Schedule.
Payment will be made by the government as indicated in block 18a, and invoices should be submitted to the address shown in block 18a unless otherwise specified.
Award will be made to the vendor representing the best value to the government, evaluated on technical and price factors using a comparative evaluation methodology.
Vendors are required to meet a qualification requirement to be eligible for award, which may be obtained in Attachment 1 PWS.
Failure on the part of the contractor or its subcontractors to comply with the terms of the clause regarding antidiscrimination and DEI compliance may be grounds for the contracting officer to terminate the contract for default.
The solicitation incorporates provision **** Site Visits APR ****.
Protests must be filed within the timeframes specified in FAR ****.
Submission of a knowing false statement relating to offerors compliance with requirements and/or eligibility for the contract may subject the offeror to liability under the False Claims Act and/or criminal liability.
The government anticipates a ceiling price for this requirement not to exceed the value of $650,****.