Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SOLICITATION NOTICE

24 -- Narrow Agricultural Orchard Tractor

Notice Date
9/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG349BS177670
 
Archive Date
9/30/2017
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation number AG349BS177670 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is a total small business set-aside under NAICS 333111, Size standard is 1250 employees. Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, http://www.fbo.gov for any additional information relating to this requirement. Submission of quotations to include all information requested shall be in accordance with the instructions identified in this document. Small Businesses with the demonstrated capability and financial capacity to provide specified services in accordance with the specified delivery schedule are invited to respond to this request. 1. Schedule: One Narrow Agricultural Orchard Tractor, Kubota M5N091HDC12 brand name or equal delivered F.O.B. Destination to the USDA, 2217 Wiltshire Road, Kearneysville, WV 25430 within 90 days of award in accordance with the terms, conditions, and specifications contained in this document. Used/Refurbished units are not acceptable. Tractor must meet or exceed following minimum specifications: Narrow Agricultural Orchard Tractor, Brand name or equal to M5N091HDC12, with the following minimum specifications: Narrow Cab, Wheeled, Hydraulic shuttle, Four wheel drive, Cab with heating and air conditioning, PTO, Minimum Engine Rating 90 HP, Diesel powered, Standard warranty. Servicing requirement - Tractor must be able to be serviced by the respective brand name dealer located within a 30 mile driving distance of the USDA location (2217 Wiltshire Road, Kearneysville, WV 25430) to ensure timely repairs and service. 2. Interested vendors are responsible for complying with entire combined synopsis/solicitation to include submission of quotation in accordance with the following instructions. Firm fixed price quotations must be submitted to the attention of: Timothy Smearman, USDA ARS AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430 or tim.smearman@ars.usda.gov and respondents are responsible for ensuring receipt prior to September 15, 2017, 4:00 P.M. (EST). (a) Submit firm fixed price quotation for item specified under Schedule. The cost quoted must include all charges associated with delivery, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of product if quoting other than brand name. To be considered for award, quotations for "equal" products must meet the salient physical, functional, performance characteristic specified in this solicitation; clearly identify the item by brand name, make and model number; include descriptive literature making clear reference of how quoted item is equal to brand name minimum required specifications. The Contracting Officer will evaluate "equal" products on the basis of information furnished. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Unless the offeror clearly indicates in its quotation that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (c) Submit two Past Performance References with contact information for two recent contracts (within past three years) of contracts supplying required/similar items. (d) Completion of SAM Registration. Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online at www.sam.gov. Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation in accordance with FAR 52.204-7, System for Award Management. Registration must remain active through final payment of any award resulting from this solicitation. 3. Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability. The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. 4. The following FAR and AGAR provisions and clauses apply to this acquisition and are available in full text at: http://farsite.hill.af.mil/ 52.204-7 System for Award Management (Oct 16); 52.211-6 Brand Name or Equal (Aug 99); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 17); (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 15); (2) 52.233-3, Protest After Award (Aug 96); (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 04); (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 16); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 15); (14) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011); (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013); (25) 52.222-3, Convict Labor (Jun 03); (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 16); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 15); (28) 52.222-26, Equal Opportunity (Sep 2016); (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 14)(Applies if >$15,000); (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 15); (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 11); (48) (i) 52.225-3, Buy American--Free Trade Agreements-Israeli Trade Act (ALT II)(May 14); (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 08); (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 13); 52.232-18 Availability of Funds (Apr 84); 52.232-24 Prohibition of Assignment of Claims (May 14); 52.225-4 Buy American--Free Trade Agreements--Israeli Trade Act Certificate (ALT II) 52.232-25 Prompt Payment (Jan 17); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 13); 52.242-13 Bankruptcy (Jul 95); 52.243-1 Changes -- Fixed-Price (Aug 87); 52.247-34 F.o.b. Destination (Nov 91); 52.249-8 Default (Fixed Price Supply and Service) (Aug 84); 452.211-70 Brand Name or Equal (Nov 96); 452.211-71 Equal Products Offered (Nov 96).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ccf2df7d2ff129c5069a2aeae19ce9b8)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN04663662-W 20170908/170906232613-ccf2df7d2ff129c5069a2aeae19ce9b8 (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.