Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

37 -- Used, Self-propelled, Farm-scale Agricultural Combine

Notice Date
8/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111160 — Rice Farming
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-64PP-S-18-0009
 
Archive Date
9/18/2018
 
Point of Contact
Brionna Wade, Phone: 573-882-9387
 
E-Mail Address
brionna.wade@ars.usda.gov
(brionna.wade@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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-18-0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS code applicable to this acquisition is 334516. For a small company to qualify as a small business, the small business standard is 1,000 employees or less. The USDA, ARS, MWA, Cropping Systems and Water Quality Research Unit, Columbia, MO. require a USED, self-propelled, farm-scale agricultural combine. Combine is required to harvest yield variability studies in large plots (i.e. 1 acre) and entire fields. The combine is to be sized for proper operation with a wide range of crops and row spacings using both corn heads and platform heads. To adequately differentiate yields over the range of harvest areas, a Class 4 to 6 combine (approximately 170 > engine horsepower < 320) is required. Because one of the primary study crops is rice, an axial flow combine is required. Since this combine will be used for data collection activities, often requiring a second person, a cab with a second passenger (buddy) seat is required. To ensure the appropriate safety features and electronics, a 2002 or newer model year is required. Representative models include the Case-IH 2344, 2366, 2377, and 2388. The combine will be field ready, with batteries, charging system, lighting system, electrical machine control system, and machine monitor system all functioning. Any known deficiencies should be noted in the quote. If the seller is unsure about the machine condition that should also be noted in the quote. All offers to be considered will be judged by visual inspection by the buyer. A machine delivered with major deficiencies or defects will be rejected. Base Specifications (in addition to all listed above): • Axial-flow grain combine • 2002 model year or newer • Cab with heating, air conditioning, and dust filtration • Second passenger (buddy) seat in cab • Center-mounted cab, with no combine components (e.g. engine compartment) mounted laterally from cab location • Electronic displays to monitor all critical combine functions, including engine parameters and threshing mechanism shaft speeds • Complete set of work and transport lights • 4-wheel drive • 20.8 R42 or similar size dual front wheels • 18.4-26 or similar size rear wheels • Adjustable front and rear wheel spacing (approximately 10 to 12.5 ft center to center for inner dual) • < 3600 engine hours • < 3600 separator hours • Variable-speed hydrostatic drive • Diesel engine, (approximately 170 > engine horsepower < 320) • 140 bushel minimum grain tank capacity • 100 gallon minimum fuel tank capacity • Straw spreader • Power-fold unloading auger • Hydraulic feed reverser actuated from cab • Include all freight, shipping, fees, etc. in quote total • Delivery and set-up at Portageville, MO • A factory-authorized dealer to service the combine must be located within 20 highway miles of Portageville, Missouri DESCRIPTIVE LITERATURE: Offerors shall submit a copy of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) Company's DUNS number; 5) GSA Contract number and expiration date (if applicable to equipment requested).; 6) 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://www.acquisition.gov/comp/far/index.html REJECTION OF QUOTATION: 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 http://www.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; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 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; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, 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. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, Cropping Systems and Water Quality Research Unit, Portageville, Missouri. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The delivery date is TBD, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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 Quote 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 technical capability of the item offered to meet the Government requirement. 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. 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 Quotes to: Brionna D. Wade, Contracting Officer, USDA, ARS, Administrative Office, University of Missouri, 269 Ag Engineering Building, Columbia, MO. 65211. Quotes and other requested documents may be provided by email: Brionna.Wade@ars.usda.gov, Furnish quotes no later than 12:00pm (central time), Monday, September 03, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8c430a7bb131ca33ce44e5e39159ad8)
 
Place of Performance
Address: Portageville, Missouri, United States
 
Record
SN05058855-W 20180829/180827231641-b8c430a7bb131ca33ce44e5e39159ad8 (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.