Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOLICITATION NOTICE

W -- New Tractor 190-200 HP, Lease/Rental with Option to Purchase

Notice Date
8/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-14-MD14
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-14-MD14 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 333111 and business size is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-76. The USDA, ARS, Grazinglands Research Laboratory, El Reno, Oklahoma has the need to lease/rental with option to purchase a New Tractor, 190-200 hp. The Government intends to award a firm fixed price purchase order for a term of 1 year with (4) 1 year options and optional OEM extended warranty to begin after the standard warranty ends. New Tractor Minimum Specifications: 1. Advertised Engine horse power rating range - 190 to 200 hp. 2. PTO hp @ rated 2,100 RPM, 155 or greater 3. Fuel tank capacity 150 gal. or greater 4. Premium cab or equal to (e.g. cab suspension, floatation seat, air ride and lift, auto climate control, AM/FM radio w/ speakers, multi-control armrest, internal and external mirrors, maximum degree visibility with bright HID lights, etc.). 5. Premium quality transmission or equal to (ex. infinitely or continuous variable transmission). 6. Hydraulic system - Pressure-Flow compensation or equal to 7. Main hydraulic pump type - Variable displacement or equal to 8. Implement pump flow, gpm - 40 or greater 9. Number of remote valves - Four 10. Factory installed navigational system for auto steer and any other components recommended by the manufacture (monitor and receiver). 11. 540/1000 RPM rear reversible PTO. 12. Category 3-point hitch with electronic lower link and adjustable draft link ends and draft sensing or lift control and sway blocks. 13. Draw Bar Adaptor to accommodate a Bull Tongue Implement hitch. 14. Mechanical front wheel drive (MFD) with fenders (singles) - Recommended tire size range 380/85 R34 - 420/90R30 In. Radial. 15. Dual rear wheels with manufactures recommended ballasting - Recommended tire size 480/80R46 In. Radial. 16. Weight bracket and support with manufactures recommended weights (suitcase type) for front axle. Ballasting front axle shall have consideration of conventional type tillage at ground speed operations of 3 to 6 mph. 17. Estimated not to exceed 400 hrs. per year. 18. When any warranty work is required where the equipment must be transported to an Authorized Factory service Dealer it will be the responsibility of the Dealer for pickup and delivery of the equipment. 19. Authorized Factory Dealer shall be located within a 50 mile radius of the Grazinglands Research Laboratory. 20. The vendor will be responsible for delivery, any necessary set up and training at the Grazinglands Research Laboratory. 21. All work must be performed Monday through Friday 8:00 a.m. to 4:30 p.m. except Weekends and Federal Holidays. 22. The new equipment shall carry a standard two (2) year warranty. Line Item Schedule: CLIN001-Base Year: Date of Award through 12 months. Lease/rental with option to purchase with 30 days' notice, 1 New Tractor, 190 - 200 hp. In accordance with the above minimum specifications. CLIN 002-Option Year 1: 12 months. Lease/rental with option to purchase with 30 days' notice, 1 New Tractor, 190 - 200 hp. In accordance with the above minimum specifications. CLIN 003-Option Year 2: 12 months. Lease/rental with option to purchase with 30 days' notice, 1 New Tractor, 190 - 200 hp. In accordance with the above minimum specifications. CLIN 004-Option Year 3: 12 months. Lease/rental with option to purchase with 30 days' notice, 1 New Tractor, 190 - 200 hp. In accordance with the above minimum specifications. CLIN 005-Option Year 4: 12 months. Lease/rental with option to purchase with 30 days' notice, 1 New Tractor, 190 - 200 hp. In accordance with the above minimum specifications. CLIN 006-Optional Annual Extended OEM Warranty to be awarded after Standard Factory Warranty ends. This line item will be exercised on a 12 month basis to run concurrently with the corresponding option year. CLIN 007-Purchase price at the end of 60 month lease Please price the base and option years as separate line items. The Government prefers to pay quarterly in arrears but monthly is acceptable, please specify in your proposal. Price to include delivery, setup and training (FOB Destination) to the USDA, ARS, Grazinglands Research Laboratory, 7207 W. Cheyenne St., El Reno, OK 73036. The schedule for delivery, setup and training for the equipment to the site is 30 to 45 calendar days from receipt of award. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. On company letterhead, quoters shall submit a firm-fixed price quote and a technical proposal that demonstrates the product(s) proposed meets the requirements of the Specifications/Statement of work. MAKE SURE your Price is provided separately from your Technical proposal. Quoter shall clearly demonstrate its approach to technical ability to meet the requirements of the Specifications/Statement of Work, quality, warranty and timeliness of delivery. Include literature sufficient to determine conformance of the equipment to meet or exceed the technical requirements. Provide five (5) references supporting the ability to deliver and install the items on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. Quoters should send past performance information in the form of a list of references so the Contracting Officer can confirm a quoters ability to deliver. Government references are preferred but will accept commercial references. The quoter shall provide a quotation on company Letterhead. In addition to the completed pricing, the quoter shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the quoters price. Failure to provide the required information in the requested format may result in quotes not being considered for award. The Government intends to award a Best Value with significant evaluation factors, in the relative order of importance, are technical capability, past performance, and price (based on F.O.B. Destination). Technical Capability and past performance, when combined, are more important when compared to price. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity-Separately Priced Items; 52.217-9 Option to Extend the Term of the Contract; 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items (Are attached for your reference); 52.212-2 EVALUATION-COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, (1) technical capability of the item offered to meet or exceed the Government requirement, (2) past performance, and (3) price (based on FOB Destination), where technical capability and past performance, when combined, are more important than price.; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this quote; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential quoters will be responsible for downloading their own copy of these documents (if any). It is the quoters responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5166dc74587f00454519f32e5f9cb2c4)
 
Place of Performance
Address: USDA, ARS, GRL, 7207 W. Cheyenne St., El Reno, Oklahoma, 73036, United States
Zip Code: 73036
 
Record
SN03446344-W 20140803/140801234425-5166dc74587f00454519f32e5f9cb2c4 (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.