SOLICITATION NOTICE
37 -- Sub-Surface Dry Fertilizer Applicator
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423820
— Farm and Garden Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG-64PP-S-09-BB08
- Point of Contact
- Karen L. Reddick, Phone: 573-875-5291
- E-Mail Address
-
karen.reddick@ars.usda.gov
(karen.reddick@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-09-BB08 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS code applicable to this acquisition is 423820. For a company to qualify as a small business, the small business standard is 100 employees or less. The USDA, ARS, National Soil Tilth Laboratory has a requirement to purchase a sub-surface dry fertilizer applicator. The sub surface dry fertilizer applicator is not to be a strip-tillage machine. The machine will be used in no-till and reduced till systems, and minimal surface disturbance is required. The item offered must meet or exceed the following salient characteristics: (a) Capable of applying a band of dry fertilizer at a minimum of 4 – 6 inches deep with minimal surface disturbance; (b) Set up for eight (8) rows, thirty (30) inches wide; (c) Tool bar complete with hydraulic cylinders and hoses for raising and lowering of machine and folding of wings; (d) Gauge wheels for constant depth control; (e) Safety lighting package on tool bar for safe transport; (f) Apply one (1) product at a time; (g) Four (4) ton dry fertilizer capacity minimum; (h) Enclosed or covered fertilizer hopper; (i) Apply prescription rates of product from 50 pounds/acre to 600 pounds/acre; (j) Compatible with Ag Leader Insight Monitor or Raven Enviso Pro Controllers (this allows this unit to be compatible with existing prescription based controllers); (k) Digital scale on fertilizer hopper for recording of weights of product applied and assisting in rate calibrations. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references for the proposed requirement. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS 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 Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS-NADC, Ames, Iowa. 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 60 days ARO or as soon as available, however, each offeror 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 Government 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. Award will be made based on overall BEST VALUE to the Government. EVALUATION & 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 or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's 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 commercial warranty. The contractor shall provide a copy of its standard commercial 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, if any. Furnish Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., September 15, 2009. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-09-BB08/listing.html)
- Place of Performance
- Address: USDA-ARS National Soil Tilth Laboratory, Ames, Iowa, 50011, United States
- Zip Code: 50011
- Zip Code: 50011
- Record
- SN01936006-W 20090903/090902004947-cb06dcab9971c9a6b5c8826d30018a31 (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 |