SOLICITATION NOTICE
J -- Combine Repair
- Notice Date
- 8/3/2020 11:15:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B20S1009135
- Response Due
- 8/7/2020 1:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Kristen Turner
- E-Mail Address
-
kristen.turner@usda.gov
(kristen.turner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS SOLICITATION HAS BEEN MODIFIED TO ADD AN ATTACHMENT FOR ALL QUESTIONS RECEIVED. PLEASE SEE ATTACHED FILE FOR QUESTIONS AND ANSWERS. THERE ARE NO OTHER CHANGES TO THIS SOLICITATION. 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. 12505B20S1009135 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The NAICS code applicable to this acquisition is 811310�Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. This requirement is 100% set aside for small business. For a small company to qualify as a small business, the small business standard is $8M. The USDA, ARS, lab in Ames, Iowa has a requirement for the repair of a New Holland combine. The Government intends to award a fixed price for the following item as identified in the Contract Line Item Number (CLIN): Combine repair, per required specifications Required specifications include all of the following: Disassemble as required to make necessary repairs, report additional repair items as identified to a New Holland combine. Replace starter switch OEM #785415 � Replace split beater drive belt OEM #699268 � Replace Belt for lower feeder housing (it has split and evidence of dry rot) OEM #773612 � Replace Hydro stop bracket (worn and can�t find neutral gear) OEM #B95920 � Requires one tube per header row of flowable grease for the corn header gear box 9613310 � All purpose grease for machine 80W90 � 8 qts oil for change out gear box oils 73341777 - 6 gallons needed to change reel oil and top off hydraulic oil reservoir 73342386 � 6 gallons engine oil #104 chain � two 50 wt heavy chains to replace worn feeder housing chains #102 chain � 50 weight heavy to replace bubble up chain drive OEM #78144 � Replace unloader drive pulley (cracked/broken) OEM #84605017 � Replace cracked belt for grain tank auger OEM #47961126 � New fuel filter OEM #84475541 � Replace hydraulic filter for hydrostat drive OEM #9826688 � Replace coolant filter OEM #634958 � Replace reel filter OEM #86512479 � Replace three outer air filters; blowers use same air filter as the engine OEM #86512478 � Replace inner engine air filter OEM #627749 � Replace cab filter for AC and heater OEM #86900135 � Replace breather filter for hydraulic system OEM #84605017 � Replace engine coolant filter Miscellaneous shop parts as needed Charge for checking AC function / leaks DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price and 3) Company's DUNS number. 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 52.211-6, Brand Name or Equal, 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. The basis for award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Net Price and must also have satisfactory Past Performance. Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov� and received no later than 3:00 PM (Central), Friday, July 31, 2020. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish Quotes no later than 3:00 PM (Central), Friday, August 7, 2020 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c54b52c7a9564e41bc36ba0d9db72af8/view)
- Place of Performance
- Address: Ames, IA 50014, USA
- Zip Code: 50014
- Country: USA
- Zip Code: 50014
- Record
- SN05742767-F 20200805/200803230143 (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 |