SOLICITATION NOTICE
24 -- FURNISH AND DELIVER A STANDARD TRACTOR AND ATTACHMENTS
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- RFQ20-3615-03
- Response Due
- 9/3/2003
- Point of Contact
- Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
- E-Mail Address
-
lbotella@naa.ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish, deliver (F.O.B. Destination) A New Holland model #TL90 Standard Tractor and Attachments (BRAND NAME OR EQUAL) to the USDA, ARS, NAA, N.E. Plant Soil and Water Lab's (NEPSWL) field site in Presque Isle, Maine in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations, FAC 2001-15, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 20-3615-03 is issued as a Request For Quotation (RFQ). The NAICS is 333111 with a size standard of 500 employees. This procurement is 100% set-aside for a small business. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver the following in accordance with the terms, conditions, and specifications contained in this document: ITEM NO. 01, STANDARD TRACTOR, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 02, FRONT LOADER (WITH MODIFICATIONS), QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 03, QUICK ATTACH BUCKET DEVICE, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 04, GRILLE GUARD, 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $________. ITEM NO. 05, SHIPPING, 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $____. NOTE: The Contractor shall prepay and add shipping to the invoice as a separate line item in accordance with the F.O.B. Destination clause. All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF: $___________. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION:______; BRAND NAME: ____; MAKE/MODEL: ______. Continue listing all items. The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer nonresponsive and ineligible for contract award. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish and deliver a standard tractor and attachment. This equipment will be used for field research. TECHNICAL SPECIFICATIONS - BRAND NAME OR EQUAL TO: NEW HOLLAND STANDARD TRACTOR - MODEL TL90 that includes: Diesel Engine: 76 PTO HP, 4 Cylinder, Turbo Diesel; Axels: Front-2 wheel drive (WD); Differential Lock, Rear - mechanically engaged 2WD; 3-Point Lift System; Instrumentation - Analog Instrument Panel; Operator's Station - Factory Cab with heat and air-conditioning; Color - standard. Attachments INCLUDE: A) New Holland Front Loader Model #52LAMM (207) delete the mechanical self leveling option, PN-15503026. B) 84-in. Heavy Duty Material Bucket with holes for bolt-on cutting edge, PN-715737026. C) Quick-Attach Bucket Device PN-716653086. D) Rear Remote Hose Kit, PN-715767026. E) Mounting Kit, PN-716373066. F) Grill Guard, PN-715824056. The Contractor is required to have a local servicing representative to service and provide repair parts for this equipment. The Contractor must provide the name and address of their local servicing representative with the offer. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment and attachments. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination site. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment, attachments and all documentation to the USDA, ARS, NAA, N.E. Plant Soil and Water Lab (NEPSWL), field site at 47 Houlton Road, in Presque Isle, ME include the P.O. number, within sixty (60) days after the notice of award. The Contractor must contact the COTR to schedule the delivery to the field site. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. GOVERNMENT RESPONSIBILITY - The USDA, ARS, NEPSWL will coordinate the delivery at the field site with the Contractor. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. DELIVERY AND SET-UP - The Contractor shall be responsible for performing all labor to assemble the loader to the tractor and to ensure the equipment is fully functional for it's intended purpose. The date and time for delivery and start-up shall be coordinated by the Contractor with the COTR at least one (1) week prior to delivery and completed within two (2) weeks after delivery. DOCUMENTATION - The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions, and a spare parts list and submitted upon delivery of the equipment. All documentation shall include the P.O. number. Final payment shall not be made unless and until all items are accepted by the COTR and the manuals are received. WARRANTY - The Contractor shall provide a standard commercial warranty on this equipment. The period of the warranty shall begin upon acceptance by the Government. ADDITIONAL QUOTATION INFORMATION: This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of the solicitation, any related documents, and amendments (if any). QUESTION REGARDING THIS SOLICITATION MUST BE FAXED TO (215) 233-6558. QUESTIONS AND REQUESTS FOR THE RFQ SENT BY E-MAIL ARE NOT ACCEPTABLE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b), Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), descriptive literature, warranty information, extended service contract, and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c), Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for sixty (60) calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2 - 1. Deletes item D.3(b); 2. EVALUATION FACTORS FOR AWARD - Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, and show how the offered item and/or product meets each of the requirements specified in the Solicitation. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the items and product literature; Specifications and Warranty provisions. Each Offeror is required to submit the above documentation and show how the offered product meets or exceed the requirements as identified for Technical Capability. The Contractor shall also provide a copy of the available Service Agreements and pricing, and any optional equipment components and pricing. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. Listed below are all the factors that will be considered: (i) Technical Capability; (ii) Past performance will be scored on a "Pass/Fail" basis. See FAR 15.304. (iii) Price; Technical and past performance, when combined, are equal to price. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item (description) purchased. 4. Date of contract, period of performance and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE - Price includes all labor, equipment, materials, warranty, transportation, shipping, installation (if any), training, and any discount terms. 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) ALTERNATE IV (OCT 1997) - (a) Submission of cost or pricing data is not required. (b) Provide information described below: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also, explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market. 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. PREPARATION OF OFFER - The Offeror shall provide all information in the. As stated in FAR Clause 52.212-1 and as amended, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. An authorized representative of the offeror must sign these representations and certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: Destination. 2. Item (g), Invoice - An original invoice shall be submitted to the Contracting Officer after acceptance of each system. 3. Item (o), Warranty as amended above. 4. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html: 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.211-6, BRAND NAME OR EQUAL; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.225-8, DUTY FREE ENTRY; 52.242-17, GOVERNMENT DELAY OF WORK; 52.247-34, F.O.B. DESTINATION; 452.204-70, INQUIRIES. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt. 1); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 (ALT I), Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration - Call USDA, NFC at (504) 255-4647 to register; 52-232-36, Payment by Third Party; and 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels. Offers are due by September 3, 2003 by 4:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this project is Lisa Botella (215) 233-6551.
- Place of Performance
- Address: USDA, ARS, NAA, N.E. Plant Soil and Water Lab (NEPSWL), field site at 47 Houlton Road, Presque Isle, ME
- Zip Code: 04769
- Country: USA
- Zip Code: 04769
- Record
- SN00413328-W 20030829/030827213212 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |