SOLICITATION NOTICE
37 -- Pull Type Mower / Conditioner
- Notice Date
- 5/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Agricultural Research Service - Midwest Area
- ZIP Code
- 00000
- Solicitation Number
- AG-5615-S-16-BB01
- Archive Date
- 7/22/2016
- Point of Contact
- Dolores J Milton, Phone: 608-890-0045
- E-Mail Address
-
dolores.milton@ars.usda.gov
(dolores.milton@ars.usda.gov)
- Small Business Set-Aside
- N/A
- 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. Solicitation No. AG-5615-S-16-BB01 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS code applicable to this acquisition is 333111. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Environmentally Integrated Dairy Management Research Unit, Marshfield, WI has a requirement / need for a pull type disc mower / conditioner MacDon Model R113 brand name or equivalent. The mower / conditioner will be used to mow various forage crops and crush (condition) them so that they dry more rapidly to facilitate experiments evaluating preservation and nutrient retention in hays and silages for dairy cattle. The equipment will allow evaluation of hay storage and silage fermentation on a field scale, with hays produced in large-square or large-round bales, and silages produced through subsequent precision chopping or as big-bale silage. THE SALIENT CHARACTERISTICS: The Disc mower/conditioner must meet these minimum requirements: 1) 13ft wide cut, 2) 129 inch (width of conditioner) steel intermeshing rollers for conditioning, 3) Road-friendly conversion that transforms the mower configuration to 9ft wide for road transport, 4) Tall-crop divider, 5) Requires100 hp, 6) Pull type: Center Pivot, 7) Tractor hydraulic capacity 2000 psi, 8) Cutting discs, 9) Weight (with road transport) 5881 lbs, 10) Length (with road transport): 329 inches (27.4 feet), 11) Tractor remotes: requires 2 remotes, 12) Hitch: drawbar or Category II 2-point hitch (quick hitch adaptable), 13) PTO: 1000 rpm PTO (1.375 inch (35mm), with 21 splines or 1.75 inch (45mm) with 20 splines, 14) Field tires: 31-13.5-R15, 8 ply, 15) 3 year cutter bar warranty. DESCRIPTIVE LITERATURE: Offerors shall submit 1 copy of the Descriptive Literature describing their proposed equipment and any other operating literature. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) A quote on company letterhead detailing the item description, unit price and total price; 2) Descriptive literature, brochures, information on service and support; 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 preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) 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://acquisition.gov/comp/far/loadmainre.html. REJECTION OF PROPOSAL: 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 https://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; FAR52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, FAR 52.204-10 System Award Management database (ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM AWARD MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD). The website address for registration is: https://www.sam.gov; and FAR 52.222-22, Previous Compliance Report, FAR 52.252-2, Clauses Incorporated by Reference are as follows: 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-System Award Management (31 U.S.C. 3332); 52.232-35, 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 EIDMRU FARM, M605 Drake Avenue, Stratford, WI 54484. PROPOSAL PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before August 15, 2016, however, each offeror shall include their proposed delivery schedule as part of their quote. 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 Proposal 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) Set-up, D) Warranty, E) Descriptive Literature. 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 conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contactor 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 Proposals to Dolores Milton, Contracting Officer, USDA, ARS, Administration Office, Dairy Forage Research Center, 1925 Linden Drive, Madison, WI 53706-1108, no later than 4:30 p.m. June 13, 2016. Proposals and other requested documents may be provided by facsimile to (608) 890-0048 if desired. DO NOT EMAIL PROPOSAL. Additional information may be obtained by contacting the Contracting Officer at (608) 890-0045 or email dolores.milton@ars.usda.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/771826af2e106897e975ee7a5d364f17)
- Place of Performance
- Address: USDA-ARS Administration Office, US Dairy Forage Research Center, 1925 Linden Drive, Madison, Wisconsin, 53706, United States
- Zip Code: 53706
- Record
- SN04131761-W 20160529/160527234027-771826af2e106897e975ee7a5d364f17 (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 |