SOLICITATION NOTICE
37 -- NEW OR USED GRAIN COMBINE - Package #1
- Notice Date
- 5/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Agricultural Research Service - Southeast Area
- ZIP Code
- 00000
- Solicitation Number
- 12438918Q0002
- Archive Date
- 6/28/2018
- 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
- Total Small Business
- Description
- Solicitation Clauses SF18- Used to provide pricing 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 12438918Q0002 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-97. The NAICS code applicable to this acquisition is 333111. The small business size standard is 500 employees. New or Used Grain Combine Specifications for a new or used grain combine: •1) 1995 year model or newer •2) Minimum 190 horsepower •3) Minimum 6 cylinder diesel engine •4) Capable of harvesting 6 rows (corn) •5) Less than 50% tire wear •6) Hydrostat transmission with 3 speeds •7) Less than 3,500 engine hours •8) Less than 2,500 separator hours •9) Must have yield monitor •10) Must have straw chopper •11) Must have all service and maintenance records •12) All lights, electronic components, and displays must be fully functional •13) To match existing equipment, must be able to connect to a JD 444 corn header with no modifications required •14) No major visual defects •15) Pricing should include delivery to location (Dawson, GA) •16) Warranty (1 year on new combine, 60 days on used combine Submittals should include: 1. Price quotation (SF18)with paperwork that describes the quoted equipment meets our specifications 2. Pictures, and service and maintenance records must be provided with quote for consideration 3.Three Past performance references to include one for similar equipment 4.Warranty details for parts, labor and freight if needed. 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 Technical capabilities of Equipment Service and Maintenance of equipment Winning offeror MUST be registered in www.SAM.gov and have completed the representations and certifications. 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. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. 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 (See Solicitation Clauses attachment). 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's 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 22 days from the date this notice is published in the FedBizOps by 1:00 PM EST time, June 13, 2018 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POBox 748, Tifton, GA 31793) or by e-mail at juan.gaytan@ars.usda.gov. POC Juan C. Gaytan, Purchasing Agent, 229-386-3496.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/857c241d24f96a4c1760e56d575a6112)
- Place of Performance
- Address: NPRL, 1011 Forrester Dr., SE, Dawson, Georgia, 39842, United States
- Zip Code: 39842
- Zip Code: 39842
- Record
- SN04929922-W 20180524/180522230629-857c241d24f96a4c1760e56d575a6112 (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 |