Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

37 -- Linear Irrigation System

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-518P-S-07-AA02
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. Solicitation No. AG-518P-S-07-AA02 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The solicitation is 100% set-aside for small business. The NAICS code applicable to this solicitation is 333111. For a company to qualify as a small business, the small business standard is 500 employees THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following statement of work and salient characteristics: USDA/ARS, Invasive Weed Management Unit (IWMU), Urbana, IL Location is in need of a Linear Irrigation System which will be used to irrigate their research fields Statement of Work: Prolonged dry spells during natural rainfall patterns in East-Central Illinois create enormous methodological challenges to field research programs in vegetable crops and organic cropping systems. Many vegetable crops are moderately to highly susceptible to drought, and absence of precipitation at key physiological development stages can compromise or ruin experiments. Moreover, studies on weed ecology and management in these systems often require growing multiple species concurrently under specific experimental criteria. The IWMU conducts most of their field research at the University of Illinois South Farms, in both the Departments of Natural Resources and Environmental Sciences (NRES) and the Department of Crop Sciences. The Vegetable Crop Farm of NRES is the only research ground that has an irrigation system, which is composed of two reel lines which apply water through two high-pressure nozzles spaced 120 feet apart. The irrigation pattern is highly variable, depending in large part on wind speed and direction. Because reels and supply lines have to be moved manually, the system of applied water increases experimental variation and is particularly problematic for season-long experiments. A new irrigation system must be compatible with the water delivery system and plot layout of NRES Vegetable Crop Farm, Champaign, IL. The proposed linear irrigation system will be used to supplement natural rainfall at key methodological time points, such as following planting, prior to experimental treatment, or at important physiological development stages. The linear irrigation system would automate much of the irrigation process, enabling for more timely irrigation. Moreover, power of statistical analyses, thereby improving statistical inference and interpretation of test results. The improvements will be most notable for season-long experiments conducted by IWMU. The salient characteristics are as follows: 1) Compatible with water delivery system of NRES Vegetable Crop Farm, 2921 S. First St., Champaign, IL 61821 2) One-tower linear irrigation system 207 feet in length and 85 feet extension assembly with 9 feet clearance 3) End-feed drive 4) Diesel engine pumping unit 5) Programmable control panel with password protection 6) 90-degree wheel rotation for system towing 7) continuous hydraulic drive 8) Galvanized spans and corrosion resistant parts 9) Low pressure sprinklers on 10 feet spacing 10) Furrow guidance system 11) 4 inch soft drag hose 660 feet in length 12) warranty and installation and/or operation training information are requested DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.acquisition.gov. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerers commerical Items; FAR 52.212-2, Evaluation Items; FAR 52.212-3 Offerer Representation and Certifications Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerers must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Items apply to this acquisition. FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act North American Free Trade Agreement Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/far SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept non-government references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFERER REPRESENTATIONS AND CERTIFICATIONS ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far. DELIVERY TO: USDA/ARS/MWA, c/o University of Illinois, NRES, Vegetable Crop Farm, 2921 S. First St., Champaign, IL 61821. QUOTE PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offerer shall include their proposed delivery schedule as part of their quotation. FAR 52.212-2 EVALUATION COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Governments requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important than price. EVALUATIONS & AWARD FACTORS The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Explain any installation and/or operation training that is available D) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offerer shall extend to the Government the full coverage of any standard warranty normally offered in a similiar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The contractor shall provide a copy of its standard warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than April 10, 2007. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
 
Place of Performance
Address: USDA/ARS/MWA, c/o University of Illinois, NRES, Vegetable Crop Farm, 2921 S. First St., Champaign, IL.
Zip Code: 61821
Country: UNITED STATES
 
Record
SN01377955-W 20070822/070820220150 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.