Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

37 -- One Self-Propelled Small Plot Peanut Combine - SF-18 RFQ with clauses - Statement of Work

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Agricultural Research Service - Southeast Area
 
ZIP Code
00000
 
Solicitation Number
AG-4389-S-16-0002
 
Archive Date
5/24/2016
 
Point of Contact
Juan C. Gaytan, Phone: 2293863496
 
E-Mail Address
juan.gaytan@ars.usda.gov
(juan.gaytan@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW Small Plot Peanut Combine Body package/Clauses SF-18 RFQ 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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number AG-4389-S-16-0002 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-85. The NAICS code applicable to this acquisition is 423820. The small business size standard is 500. This procurement is set aside for small business. One Self-propelled Small Plot Peanut Combine per attached SOW All interested parties must visit the USDA-ARS Crop Genetics and Breeding Research Unit peanut breeding facility in Tifton, GA, examine existing small plot harvesting equipment, and discuss the functions and specifications of the unit with USDA personnel on site before submitting quotes. Critical specifications and operating parameters of the unit are detailed in the section below. Contact Shannon Atkinson at 229-425-4901 or Jason Golden at 229-392-3286 to schedule your site visit No later than March 31, 2016. Submittals should include: •· Price quotation •· Three Past performance references to include one for similar work •· Preliminary schedule not to exceed one year and two months. •· Warranty details for parts, labor and freight to cover Drive train to include Hydraulics, Engine and Hydrostat Evaluation of Quote: •· The Government anticipates awarding a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use contractors who have a track record of successful past performance or who demonstrate a current superior ability to perform. The following factors shall be used to evaluate your offer: Price Past Performance Winning Offeror MUST be registered in WWW.SAM.GOV and completed the representations and certifications. 52-212-1Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: 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: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action,52-223-1 Biobased product Certification, 52-223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments' rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 60 days from the date this notice is published in the FedBizOps by 4:00 PM EST, May 09, 2016 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POBox 748, Tifton, GA 31793). POC Juan C. Gaytan, Purchasing Agent, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bc528f6f74353133cc8ef1935d990ea)
 
Place of Performance
Address: Crop Genetics & Breeding Research Unit, 115 Coastal Way, Plant Science Building, Tifton, Georgia, 31794, United States
Zip Code: 31794
 
Record
SN04047080-W 20160312/160311000516-4bc528f6f74353133cc8ef1935d990ea (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.