Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOURCES SOUGHT

37 -- Forage Plot Harvester

Notice Date
6/24/2020 3:51:17 PM
 
Notice Type
Sources Sought
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q0047SS
 
Response Due
7/6/2020 1:00:00 PM
 
Archive Date
07/21/2020
 
Point of Contact
Aaron Dimeo, Laura Jones
 
E-Mail Address
aaron.dimeo@usda.gov, laura.jones@usda.gov
(aaron.dimeo@usda.gov, laura.jones@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBAcertified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 333111, with a Size Standard of 1,250 employees and the PSC 3720. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. � The Department of Agriculture (ARS) has the need for the following products: 001) A Forage Plot Harvester Scope of Work: � The USDA-ARS EIDMRU Research Farm in Marshfield, WI will be requesting quotes for the purchase of a Forage Plot Harvester. The contract will be awarded based on best value to the government, and not necessarily the lowest price. Specifications for the purchase are itemized below. Background: � The forage research program at the Marshfield USDA-ARS EIDMRU and University of Wisconsin Marshfield Agricultural Research Station has a long history of producing quality forage research. Research initiatives by both entities are often integrated, and the existing forage plot harvester (owned by the University of Wisconsin) is more than 30 years old. We are seeking a new plot harvester to support forage research well into the future. Technical Requirements/Tasks:� Component-assembled unit must include a front-mounted, flail-type harvesting mechanism, weigh (plot) hopper, large collection hopper, scales, and a John Deere 1580 base power unit. The completed harvester unit should have a 36-inch cutting width, which is the most critical feature needed. This is necessary to accommodate the standard 30-inch plots most commonly used at the University of Wisconsin Marshfield Agricultural Research Station/USDA-ARS EIDMRU, and be compatible with not only the plot-scale drill, but also other field equipment necessary for this type of research. The harvester also should have a cutting-height adjustment that is required for different forage crops and studies. This feature should be configured to allow relatively fine adjustment (~1-inch increments). The vendor should have at least 15 years of experience engineering/constructing plot harvesting equipment, and provide a full 1-year warranty from date of sale on defects in materials and workmanship. Warranty should include genuine (original) parts, and labor to repair and replace faulty/dysfunctional equipment. Warranty need not cover normal wear (for example, tires) or damage by inappropriate use. Key Deliverables: A Forage Plot Harvester (with the following individual components) Mechanical Drive John Deere 1580 Power Unit configured with no cab, air-conditioning or heat; diesel powered; 37.4 horsepower; and 48-inch overall machine width Front-Mounted Mower 26 Flail Knife System for Cutter Attachment 36-Inch Cutting Width Cutting-Height Adjustment (configured to allow relatively fine adjustment of ~1-inch increments). Re-Cutting Auger/Blower System for Particle-Size Reduction 15 Cubic Foot Sample Hopper Volume with Hydraulic Door Opening 42 Cubic Foot Large Rear (Storage) Hopper System with Hydraulic Door Opening DigiStar EZ400 Scale System (or Equivalent) Full 1-Year Warranty (covering defects in materials and workmanship, include genuine (original) parts, and labor to repair and replace faulty/dysfunctional equipment). Delivery: The completely assembled forage harvester should be delivered within 20 weeks of order placement to 2615 Yellowstone Drive, Marshfield, WI 54449. Any deviation from that schedule due to unforeseen issues should be communicated to the buyer immediately. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Marshfield, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. Submitting a Capability Statements: Responses should be submitted via email by Monday, July 06, 2020 at 3:00 p.m. (CST) to the attention of Aaron Dimeo at aaron.dimeo@usda.gov. Telephone inquiries will not be accepted. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f7a9d2babf34f0c83ae5491ac33afb6/view)
 
Place of Performance
Address: Marshfield, WI 54449, USA
Zip Code: 54449
Country: USA
 
Record
SN05701965-F 20200626/200624230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.