Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

37 -- AGRICULTURAL TRACTOR - RFQ AG-2328-S-11-0031

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
AG-2328-S-11-0031
 
Archive Date
10/1/2011
 
Point of Contact
Rebecca L. Coulter, Phone: 607-255-2448
 
E-Mail Address
rebecca.coulter@ars.usda.gov
(rebecca.coulter@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ AG-2328-S-11-0031 The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, and accessories to furnish and deliver (F.O.B. Destination, Within Consignee's Premises ) one (1) New Holland T4040F Narrow Tractor (or equivalent) to the USDA, ARS, PGRU, 2865 County Road 6, McCarthy Farm, Geneva, NY 14456 in accordance with the terms, conditions, and specifications contained in this document. The Government will use this equipment for field research related to production and maintenance of Germplasm collection. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement consititutes the only solicitation; Quotations are being requested and a written solicitation will be issued. The Solicitation number AG-2328-S-11-0031 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is Set Aside 100% for Small Business. The NAICS is 333111 with a size standard of 500 employees. Any documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS - Brand Name or equal - 01 Name Brand or equal. New Holland T4040F - 4-cycle diesel, Displacement Cu in-195, Gross Engine, Horsepower-87, PTO Horsepower-72 Maximum Torque, lb-ft 259@1250 rpm, Factory Cab with AC and Heat, AM/FM Radio, 4WD, 16 X 16 Syncro. Trans., 2 Rear Remotes, Supersteer Front Axle, Front Tires 280/70 R20, Rear Tires 380/70 R24, Min. Overall Width (with above rear tires) 58.5" : QTY:1; UNIT:EA; UNIT PRICE: tiny_mce_marker______; AMOUNT: tiny_mce_marker______. Training, Start up and warranty are required. ALL THIS FORE A TOTAL OF tiny_mce_marker______. Delivery is FOB Destination. Contractors must include shipping as a separate line item. TECHNICAL SPECIFICATIONS: 01: Name Brand or equal. New Holland T4040F, 4-cycle diesel, Displacement Cu in-195, Gross Engine, Horsepower-87, PTO Horsepower-72 Maximum Torque, lb-ft 259@1250 rpm, Factory Cab with AC and Heat, AM/FM Radio, 4WD, 16 X 16 Syncro.Trans., 2 Rear Remotes, Supersteer Front Axle, Front Tires 280/70 R20, Rear Tires 380/70 R24, Min. Overall Width (with above rear tires) 58.5". Provide a minimum of 1-day on-site training for a maximum of 5 persons to include all pertinent training materials. Start up and warranty are required. 02: Extended Warranty (PENDING AVAILABILITY OF FUNDING) 03: Shipping (FOB Destination) CONTRACTOR'S BRAND NAME AND INFORMATION Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION:______; BRAND NAME: __________; MAKE/MODEL: ______. (Continue on a separate sheet.) The Contractor shall provide one sets of the descriptive literature even if literature has been submitted previously. DELIVERY INFORMATION - The Contractor shall furnish, deliver F.O.B. Destination, the equipment and accessories to USDA, ARS, PGRU, 2865 County Road 6 / Pre-Emption Rd., McCarthy Farm, Geneva, NY 14456. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. Deliveries must be made within thirty (30) days after receipt of purchase order. The Contractor shall coordinate the delivery date and time with William Srmack, Technical Representative, at (315) 787-2421 at least 1 week prior to delivery. All shipments shall identify the purchase order number on the label. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment. 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. 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 to the delivery address above. WARRANTY - The Contractor shall provide a one-year, parts and labor warranty on the equipment. The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. DOCUMENTATION - The Contractor shall provide one (1) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions to the COR upon delivery of the equipment. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the equipment and documentation have been accepted by the Contracting Officer's Technical Representative (COTR). DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR)- The Contracting Officer shall designate the 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 TR; 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. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications - Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is amended to include the following clauses by reference: 1. AGAR 452.246-70 INSPECTION AND ACCEPTANCE shall be made at: i)Destination. The Contracting Officer or the Contracting Officer's Technical Representative (COTR) will inspect and accept the supplies and associated services provided under this contract. (b)Inspection and acceptance of the item shall be performed at: USDA, ARS, PGRU, 2865 County Road 6/ Pre Emption Road, McCarthy Farm, Geneva, NY 14456. 2.Item (g) Invoice is amended to include the following: (a)To constitute a proper invoice, the invoice must include at a minimum the following information:1. Name of business concern and invoice date; 2.Contract number; 3.Description, price, and quantity of supplies and services actually delivered and packing slip(s); 4.Shipping and payment terms; 5.Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (b) The original invoice shall be submitted after delivery, and acceptance of the items. The Invoice shall be mailed to: USDA, ARS, NAA, Robert W. Holley Center 538 Tower Road Ithaca, NY 14853 ATTN.: Rebecca Coulter 3. Item (i) Payments are amended to include the following: USDA, ARS requires all Contractor's to be registered in the Central Contractor's Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). FAR 52.212.5 Contract Terms and Conditions Required to Implements Statutes or Executive Orders - Commercial Items applies. The following FAR clauses cited and are applicable to acquisitions of commercial items: 52.222-50 (Alt 1), 52.233-3, 52-233-4,52.203-13,52.219-6,52.219-14,52.222-3,52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52.225-3 (iii), 52.222-51,52.247-64. 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. FAR 52.212.1 INSTRUCTIONS TO OFFERORS - Commercial Items are included by reference and amended to include: 1. Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), the Schedule of Items (A.2), Contractor's Brand Name and Information (A.4); Descriptive Literature (A.5); Warranty (A.8); Extended Service Contract (A.9),Other Offeror's Information (D.2., item 3), the Addendum to FAR Clause 52.212-2 (D.4), the Certifications at FAR 52.212-3 (D.7) to Rebecca Coulter, Contracting Office, USDA, ARS, Robert W. Holley, 538 Tower Rd., Ithaca, NY 14853 OR BY FAX 607-255-2459. This information must be resubmitted if submitted previously. Failure to submit this information may render the offer nonresponsive. 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 120 calendar days from the date specified for receipt of offers. 3. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. ii. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). iii. Our company [ ] does, [ ] does not accept a Government Convenience Check. FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS - Applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision: 1) Technical Capability, 2) Price, 3) Past Performance. (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer is technically acceptable, conforming to the solicitation and offers the Best Value to the Government. Past performance shall only be checked on the technically acceptable determined to be the Best Value to the Government. A) TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature and includes: 1) Technical capability of the item offered to meet the government's requirement. manufacturer or brand name and model of the item and price lists; 2) Product Literature - each offer is required to furnish for each component the above items or other documentation which show how the offered product meets or exceeds the requirements as specified in the Specifications; and exceeds the requirements as specified in the Specifications; and 3) Extended Warranty provisions. B) 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. In order to be considered for the contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that 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, description, contract type, period of performance, warranty and price. 3. 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. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of Apass. C. PRICE - Will be based on: 1. Labor, supervision, materials, equipment, supplies, shipping costs, delivery, warranty, discount terms, and does not include taxes. 52.215.5 FACSIMILE OFFER - (a) Definition. "Facsimile offers," as used in this provision, means a proposal, revision or modification of a offer, or withdrawal of a offer that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile offers as responses to this solicitation. Facsimile offers are subject to the same rules as paper proposals. These responses must arrive at the place and by the time, specified in the solicitation. (c) Facsimile offers that fail to furnish required representations or information or that reject any of the terms, conditions, and provisions of the solicitation may be excluded from consideration. (d) Facsimile offer must contain the required signatures. (e) The Government reserves the right to make award solely on the facsimile offer. However, if requested to do so by the Contracting Officer, the apparently successful offeror agrees to promptly submit the complete original signed offer. (f) Facsimile receiving data and compatibility characteristics are as follows: (1) Telephone number of receiving facsimile equipment :(607) 255-2459. Confirmation Telephone number: (607) 255-2448. (g) If the offeror chooses to transmit a facsimile offer, the Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile offer including, but not limited to, the following: (1) Receipt of garbled or incomplete offer. (2) Availability or condition of the receiving facsimile equipment. (3) Incompatibility between the sending and receiving equipment. (4) Delay in transmission or receipt of offer. (5) Failure of the offeror to properly identify the offer. (6) Illegibility of offer. (7) Security of offer data. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other 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 the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of any information related to this requirement. Questions may be faxed to the Purchasing Agent at (607) 255-2459 and reference Solicitation No. AG-2328-S-11-0031. Quotations sent by e-mail are not acceptable. Responses are due on SEPTEMBER 16, 2011 by 4:00 p.m. local time, at the USDA, ARS, Robert W. Holley Center, 538 Tower Rd., Ithaca, NY 14853.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/AG-2328-S-11-0031/listing.html)
 
Place of Performance
Address: USDA, ARS, Robert W. Holley Center, 538 Tower Rd., Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN02559181-W 20110903/110902102259-b749c44f439fcf863864f8e3824c70f3 (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.