Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

37 -- JAYLOR 4425 TMR MIXER Brand Name or Equal - SF-18 and SPECIFICATION - JAYLOR 4425 MIXER

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
AG-4384-S-11-0024
 
Archive Date
10/1/2011
 
Point of Contact
Patricia L Jones, Phone: 706-546-3533
 
E-Mail Address
pat.jones@ars.usda.gov
(pat.jones@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
JAYLOR 4425 TMR MIXER (PICTURE) SF & SPECIFICATION Solicitation Number: AG-4384-S-11-0024 JAYLOR Mixer 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. Solicitation number AG-4384-S-11-0024 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 2005-53. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf This acquisition is full and open and not restricted to any business size. The North American Industry Classification System (NAICS) Code is 333111. The small business size standard is 500 employees. Offerors must submit a price for each of the following line items: CLIN 001 - One (1) JAYLOR 4425 TMR Mixer, or equivalent product, meeting the specifications accompanying this solicitation. CLIN 002 - SHIPPING CHARGE THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their proposal adequate descriptions and specifications of alternate items to substantiate the "or equal" designation and all information requested in 452.211-711, Equal Products Offered. Brand Name Description - JAYLOR 4425 TMR Mixer Salient Characteristics - As described in the accompanying specifications. 452.211-71 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: 1. Offered Product Name 2. Description and specifications of alternate items to substantiate the "or equal" designation 3. Manufacturer's Name 4. Manufacturer's Address (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. (End of Clause) 452.211-70 BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be provided on a with the offerors proposal. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all DESCRIPTIVE MATERIAL (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (c)(2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) DELIVERY: The principle place of delivery is FOB Destination to Brooksville, Florida. Alternate locations within the continental United States may be identified at the time an order is placed. All shipping charges should be included in your total price. Delivery is required within 60 days of award. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Government will award a contract resulting from this solicitation to the responsible Offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and equipment specifications. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This can be via EFT to a financial institution or with purchase (VISA) card. Please note on your proposal if you will accept a government purchase (VISA) card. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs __________. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.211-6 Brand Name or Equal; 52-212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.203-6; 52.203-13; 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. NOTE: 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related domuments. Quotations are due by Friday, September 16, 2011, at 2:00 PM Eastern Standard Time, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720. Please note the following on the outside of your envelope: AG-4384-S-11-0024. Point of contact for this acquisition is Patricia Jones, Contracting Officer, (706) 546-3533, fax (706) 546-3444, email: pat.jones@ars.usda.gov. Responses may be mailed (Hard Copy). Faxed or email quotes are acceptable but it is the contractor's responsibility to call and verify receipt of the quotation by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/AG-4384-S-11-0024/listing.html)
 
Place of Performance
Address: USDA ARS SAA STARS, 22271 CHINSEGUT HILL RD, BROOKSVILLE, Florida, 34601-4672, United States
Zip Code: 34601-4672
 
Record
SN02561364-W 20110904/110902235302-31a32008db6929e7bbf0e6fc7a47e8f8 (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.