SOLICITATION NOTICE
37 -- Self-Propelled Windrower - Photos
- Notice Date
- 7/21/2016
- 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-S-16-0036
- 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
- Photos of Trade In Equipment 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 solicitation is being issued using simplified acquisition procedures Subpart 13.5 - Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-S-16-0036 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-89. The acquisition is a 100% Small Business Set-Aside. The NAICS code is 333111, business size standard is 1,250 Employees. The Government intends to issue a firm-fixed price contract for this requirement. The USDA, ARS, PA, Livestock & Range Research Laboratory (LARRL) 243 Fort Keogh Road, Miles City, MT 59301 has a requirement for a Self-Propelled Windrower Traction Unit with Rotary Platform 16 ft. Impeller Conditioner. Minimum Specifications-Self-Propelled Windrower Traction Unit with Rotary Platform 16 ft. Impeller Conditioner: 1. Engine horsepower: 235 @ 2400 rpm 2. Engine displacement: 414 cu. In. 3. 12 Volts electrical system 4. 240 Amp alternator 5. 1 battery 6. 150-gallon fuel tank 7. 21 MPH transport speed 8. 15 MPH field speed 9. Compatible with 2630 GreenStar and 3000 StarFire GPS System 10. Drive tire size 650/75R32 172RTV radial bar 11. Caster wheels 16.5L x 16.1 8-ply rib 12. Cooling system 13 gallons 13. Hydraulic reservoir 25 gallons 14. Compatible with 995 rotary platform 15. Area cut in one hour 12 acres 16. Harvest 600 acres of hay per harvest 17. Harvest 4 times per year 18. Warranty shall be the manufactures standard warranty 19. Must have local service (within 50 miles) for repairs and warranty work 20. Delivery, setup and training (if necessary) shall be included In addition, the USDA, ARS, PA, LARRL has a pieces of used equipment they would like to trade in. Please see the attachment for pictures of the equipment and for a more detailed description of the trade equipment. The location would like to know what the trade in allowance would be for the used equipment. To schedule a site visit at the USDA, ARS, PA, LARRL to inspect the trade in equipment please contact Amy Bontrager, Administrative Officer at (406) 874-8239. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Firm-Fixed Price to include delivery and setup (FOB Destination) to the USDA, ARS, PA, LARRL 243 Fort Keogh Road, Miles City, MT 59301. The schedule for delivery and setup for the equipment to the site is not later than 60 days after receipt of award. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. 2. DUNS number for verification of SAM registration. (www.sam.gov). 3. Include literature sufficient to determine conformance of the equipment to meet or exceed the specifications. 4. Provide three (3) 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. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Please submit your quote via e-mail to: Michael.douglas@ars.usda.gov, not later than 3:00 PM Central Time Friday, August 11, 2016. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. 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 offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors 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 Email to the contact listed below. 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 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.223-1 Biobased Product Certification; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/44879abc597b946c4d6c05b40e939281)
- Place of Performance
- Address: USDA, ARS, PA, LARRL, 243 Fort Keogh Road, Miles City, Montana, 59301, United States
- Zip Code: 59301
- Zip Code: 59301
- Record
- SN04191571-W 20160723/160721235703-44879abc597b946c4d6c05b40e939281 (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 |