SOLICITATION NOTICE
37 -- Small Plot Combine
- Notice Date
- 1/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
- ZIP Code
- 80526
- Solicitation Number
- RFP-CAZ-05-019
- Response Due
- 2/25/2005
- Archive Date
- 8/1/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposals. The Request for Proposals (RFP) number affiliated with this solicitation is RFP-CAZ-05-019. All responses to this solicitation shall include the RFP number on them as a reference. This solicitation and consequent award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 96 effective January 19, 2005. This solicitation is not being set-aside for small businesses. The solicitation is available for full and open competition. The NAICS code associated with this solicitation is 333111. The small business size standard associated with NAICS code 333111 is 500 employees. Award is being made for one line item; a small, plot combine and the delivery costs associated with the combine. Award will only be made for the combine and the cost of delivery. The combine required in this solicitation must meet the following specifications: (1) Diesel Engine: Minimum 40 horsepower; working hour meter; electric start; and power steering. (2) Cylinder: All metal threshing cylinder with variable drum speed adjustable from the driver?s seat; threshing cylinder minimum diameter 14?, minimum width 31?; under slung, self cleaning, adjustable, 8 bar conclave; adjustment of concave clearance independent for front and rear; operator?s console mounted tachometer for monitoring threshing cylinder speed. (3) Concaves: One (1) small diameter (approximately 6 mm); one (1) large diameter (approximately 12 mm). (4) Shakers: One (1) small diameter (approximately 6 mm); one (1) large diameter (approximately 20 mm). (5) Cleaning Sieve: One (1) small diameter (approximately 6-10 mm); one (1) medium diameter (approximately 16 mm); one (1) large diameter (approximately 20-22 mm). (6) Winnowing Blower: Varying speed. (7) Air blast between plot cleanout system. (8) Header: 60? cutting width minimum; 5 Bat pickup reel, hydraulically driven with speed adjustable from driver?s seat; hydraulic reel height adjustment; hydraulic lift for header; manual or hydraulic horizontal reel adjustment; hydraulic cutter bar drive; gauge wheels or skids to set minimum cutter bar height; crop lifters; intake auger/conveyor belt feed combination with feeding roller; two (2) reel brush bars; two (2) reel rubber flaps (may be included unmounted). (9) Side mounted sacking device. (10) Grain Bin: Minimum 250 liters. (11) Switch lever for seed deliver to either sacking device or grain bin. (12) Equipped with additional seat near bagging device, whether on top or side mounted. (13) Preference Given to Units With: Overall width less than 6?6?, with a track width near 4?; overall length less than 17?6?; overall Height Under 8?; wheelbase less than 8?; ground clearance of 8.5 inches or more; weight 4,500 lbs. or less; water cooled diesel engine; engine oil radiator; step less ground speed adjustment; hydraulic step less adjustment of reel speed; hydraulic step less adjustment of threshing drum speed; pneumatic seed delivery systems throughout; compressor with external air source for cleaning machine; ability to change the concave from the side with no tools in a matter of minutes; and ability to reduce winnowing fan to very low speeds. NOTE: This combine will be used to harvest a variety of grasses (i.e. Poa, Agropyron, Elymus, Stipa) and forbs (i.e. Achillea, Astragalus, Tragopogon, Lipine, Balsamorhize, Penstemon). Delivery of this combine must be 150 days from receipt of the award from the Government (see FAR 52.211-8). This is a requirement for award. Delivery will be made FOB Destination (FAR 52.247-34). Delivery shall be made to the Great Basin Research Center, Utah Division of Wildlife Resources, 494 West 100 South, Ephraim, Utah, 84627. Delivery shall be priced separate from the cost of the combine on all offers. This shall be clearly indicated. The provision at 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. All offers will be evaluated on (1) Ability to Meet the Required Specifications (listed above); (2) Ability to Meet the Required Delivery Time of 150 Days; and (3) Ability to Provide the Best Price to the Government. Technical factors (i.e. ability to meet required specifications and ability to meet required delivery time), when combined, are equal to the importance of price in this solicitation. Offerors shall submit an offer that includes all of the specifications of the equipment offered, a schedule of delivery, and a total price for the offer (combine price and delivery price shall be indicated separately). Offers that do not respond to these three criteria will be deemed unresponsive and will not be considered in the evaluation. In addition, all offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive and will not be considered in the evaluation. All offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive and will not be considered in this evaluation. All offers shall include combine specifications, a delivery schedule, offer price (divided in cost for the combine and cost for delivery), a completed FAR 52.212-3, offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to the clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to the clause, applies to this acquisition. Other clauses and provisions incorporated in this solicitation include: FAR 52.204-7, Central Contractors Registration; FAR 52.211-8 Time of Delivery, (a) The Government requires delivery to be made according to the following schedule: Required Delivery Schedule [Contracting Officer insert specific details] Item No. Quantity Within Days After Date of Contract 01, Small Plot Combine 1 150 The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered non-responsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. Offeror's Proposed Delivery Schedule Item No. Quantity Within Days After Date of Contract (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected; 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; 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; FAR 52.215-5, Facsimile Proposals, (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal; FAR 52.223-6, Drug Free Workplace; FAR 52.232-18, Availability of Funds; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; and FAR 52.252-2, Clauses Incorporated by Reference. All of these clauses and provisions are available for free download at http://www.arnet.gov. No Numbered Notes apply to this acquisition. Offers are due February 25, 2005, 16:30 local time. Offers shall be submitted attention Christina A. Schofield, USDA Forest Service, Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526 on or before February 25, 2005, 16:30 local time. Questions regarding this solicitation must be submitted in writing. Questions may be submitted to Christina A. Schofield at (fax) 970-498-1166 or by email at cschofield@fs.fed.us. Only questions submitted in writing will be answered.
- Place of Performance
- Address: Delivery shall be made to: Great Basin Research Center, Utah Division of Wildlife Resources, 494 West 100 South, Ephraim, Utah, 84627 within 150 days after contract award.
- Zip Code: 84627
- Country: United States
- Zip Code: 84627
- Record
- SN00739462-W 20050127/050125211700 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |