SOLICITATION NOTICE
37 -- Used 1-Row Plot Combine/Harvester
- Notice Date
- 8/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423820
— Farm and Garden Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801, United States
- ZIP Code
- 61801
- Solicitation Number
- AG-518P-S-11-A099
- Archive Date
- 8/30/2011
- Point of Contact
- Randa Plotner, Phone: 217-244-3262
- E-Mail Address
-
randa.plotner@ars.usda.gov
(randa.plotner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: AG-518P-P-11-A099 Notice Type: Combined Synopsis/Solicitation Synopsis: 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-518P-P-11-A099 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 2005-53. The NAICS code applicable to this acquisition is 423820. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Soy/Maize Germplasm Pathology Genetics Research Unit, Urbana, IL Location has a requirement/need for a used 1 row Plot combine/harvester, meeting or exceeding the following Statement of Work and Salient Characteristics. Statement of Work: This combine will be used for harvesting soybean plant rows in both 30 and 40 inch spacings. A simple design that maintains high seed purity among samples and rapid clean-out between plots is required. Salient Characteristics: 1) 1-row, used plot combine with a maximum track width of 45 inches 2) Less than 2000 hours 3) Engine: minimum 40 hp air cooled, diesel 4) Transmission: Hydrostatic (forward/reverse) 0-7 mph 5) Steering: power 6) Brakes: Hydraulic/parking brake 6) Cylinder Drive Speed: Variable 400-1100 rpm 6) Concave adjustment: quick adjust 7) Header: Row Crop head hydraulically driven, 1-30" row with gathering belts and cutters 8) Speed Conveyance: Pneumatic conveyer system, via cyclone to the bagging station 9) Steplessly adjustable air flow 10) Electronic weigh and moisture equipment 10) Warranty information required 11) Inspection by independent source may be required DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies 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, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) 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/loadmainre.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, Central Contractor Registration ( ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.ccr.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 52.222-3, 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; 52.225-2, 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. 52.211-5 Materials Requirements. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, c/o U of I South Farm, Bldg. 991, St. Mary's Road, Hazelwood Drive, Urbana, IL 61801. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, 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. 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 Randa Plotner, Purchasing Agent, USDA, ARS, MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than 5:00PM, CST August 15, 2011. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Purchasing Agent at 217-244-3262 or email below. Contracting Office Address: USDA/ARS/MWA 1101 W. Peabody Drive 180 NSRC Urbana, IL 61801 United States Place of Performance: USDA/ARS, C/O University of Illinois South Farms Bldg. 991, St. Mary's Road Hazelwood Drive Urbana, IL 61801 United States Primary Point of Contact.: Randa Plotner randa.plotner@ars.usda.gov Phone: 217-244-3262 Fax: 217-244-7703
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MWAUrbana/AG-518P-S-11-A099/listing.html)
- Place of Performance
- Address: USDA/ARS, Soy/Maize Germplasm Pathology Genetics Reseaarch Unit, c/o University of Illinois South Farms, Bldg. 991, St. Mary's Road, Hazelwood Drive, Urbana, Illinois, 61801, United States
- Zip Code: 61801
- Record
- SN02522070-W 20110806/110804235238-45ed52eb01678567c2a7c879a38a27fc (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 |