SPECIAL NOTICE
37 -- Hydrostatic Spray Rig - Equipment Specifications
- Notice Date
- 9/18/2016
- Notice Type
- Special Notice
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 821198
- Archive Date
- 10/6/2016
- Point of Contact
- Robert Risch, Phone: 541-738-4006
- E-Mail Address
-
rob.risch@ars.usda.gov
(rob.risch@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- SBA review and sign off Equipment Specifications Intent to Sole Source Acquisition The USDA, Agriculture Research Service (ARS)., Pacific West Area (PWA) research laboratory located at Maricopa, AZ intends to award a sole source firm fixed price purchase order to LeeAgra, Inc. for a Limited Edition Avenger. The highly configurable LeeAgra Avenger platform offers a unique product line that was designed and developed specifically to accommodate small research field plots. The relatively small rig provides greater field phenotyping flexibility and less disturbance than do more common and larger commercial sprayer rigs. The Avenger fully hydrostatic power drive provides boom, platform height and wheel track adjustments with cm level precision, which accommodates a wide diversity of measurable crops and field conditions. Another major benefit of an Avenger platform reproduction is the ability to interchange customized modular components like the APU/AC and bracket, or other in-house component builds, between the same models of vehicles. So we could conceivably move our power or logging systems from one Avenger rig to another without modification. Additionally, our research collaborations with the University of Arizona phenotyping group would be enhanced because they also utilize LeeAgra products for their mobile platforms. A further benefit regarding an Avenger platform reproduction would be the opportunity to use standardized hardware across product model years. Purchasing another Avenger rig would eliminate the need for understanding and documenting multiple versions of components like hydraulic, electronic and software control systems. And as headquartered in Lubbock, Texas, LeeAgra provides expeditious service and parts sourcing and have proven to be responsive to our service requests and open with their advice. The LeeAgra Avenger rig incorporates proprietary electronic stability and other safety features that have supported a stable and accident-free research platform operation across five years. The Avenger's enclosed cab has a certified roll-over protection system (ROPS) that meets the safety standards for strength and energy absorption as required by the US Occupational Safety and Health Administration (OSHA). Comparable roll-over safety systems are rarely found in other spray rigs or similar non-soil implements. All interested parties are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages of the Government to consider another source. The documentation must include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued to the intended GSA schedule vendor and all firms that respond to this synopsis. If no affirmative written response is received by 1530 PST, May 25, 2016, an award will be pursued with the company mentioned above. All businesses wishing to conduct business with the US. Federal Government are required to obtain a DUNS number and register in SAM (System for Award Management). The SAM is a Web-enabled government wide application that collects, validates, stores and disseminates business information about the federal government's trading partners in support of the contract award, grants and the electronic payment processes. This notice of intent is NOT a request for competitive quotations; however, all quotations/responses received within 4 days of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed purchase based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotation/response should be emailed to Robert Risch Contract Specialist at rob.risch@ars.usda.gov by 4:30 PM PST, Sept 15, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/344fe200bd39bf0725c599a412b7b0e4)
- Place of Performance
- Address: USDA ARS PWA ALARC, 21881 North Cardon Lane, Maricopa, Arizona, 85138, United States
- Zip Code: 85138
- Zip Code: 85138
- Record
- SN04276907-W 20160920/160918233122-344fe200bd39bf0725c599a412b7b0e4 (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 |