SOLICITATION NOTICE
37 -- Agricultural Orchard Pesticide Smart Sprayer
- Notice Date
- 6/22/2020 10:31:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- USDA ARS NEA AFRL KEARNEYSVILLE WV 25430 USA
- ZIP Code
- 25430
- Solicitation Number
- AG349BS200660
- Response Due
- 7/7/2020 1:00:00 PM
- Archive Date
- 07/22/2020
- Point of Contact
- Timothy Smearman
- E-Mail Address
-
tim.smearman@usda.gov
(tim.smearman@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 AG349BS200660 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. 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, https://beta.sam.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 equipment and services in accordance with the specified delivery schedule are invited to respond to this request. The USDA ARS Appalachian Fruit Research Station requires a Smart Sprayer for orchard operations. Used/Refurbished units are not acceptable. Provide one self-contained trailer mounted Smart Sprayer delivered F.O.B. Destination to the USDA, 2217 Wiltshire Road, Kearneysville, WV 25430 within 120 days of award and optional subsequent preventative maintenance in accordance with the terms, conditions, and specifications contained in this document. Schedule: Line Item 01: One Trailer mounted Smart Sprayer $______ Line Item 02: On-site training for three operators $______ Line Item 03: OPTION Year 1 � On-site sprayer scheduled preventative maintenance $______ Line Item 04: OPTION Year 2 � On-site sprayer scheduled preventative maintenance $______ Line Item 05: OPTION Year 3 � On-site sprayer scheduled preventative maintenance $______ Line Item 06: OPTION Year 4 � On-site sprayer scheduled preventative maintenance $______ 1.� A Smart Sprayer is defined as any sprayer electronically equipped with sensors that control nozzles, so that an individual nozzle is turned on when tree and or trellised targets are detected within the spray row and is turned off when no targets are detected in the rows.� Sprayer must meet or exceed the following minimum requirements/specifications: a. Sprayer system must include an ultrasonic target sensing system to trigger electric valves for on off configuration to deliver chemical into airstream then to target with 6-zones, 3 per side. b. Must have a minimum 500 gallon capacity tank made of minimum 12-guage to maximum 14- gauge 304 stainless steel and include mechanical agitation. c. Must be a trailer unit with high floatation tires, pump, chemical agitation and fan driven from tractor PTO. d. Include a centrifugal pump with a flow rate of a minimum 70gpm to maximum of 100gpm and a pressure at minimum 160psi to maximum 200psi, to achieve a chemical delivery rate for concentrate and dilute. e. Include smart sprayer system with electric spray controls with manual override. f. Include Top V deflectors. g. Include Lower deflectors. h. Hitch must accommodate standard tractor draw bar hookup. i. Standard axle adjustments to accommodate narrow row spray operations. j. Minimum two-speed high-low with neutral fan gearbox. k. Minimum number of spray nozzles required is 20, (10 per side), and consist of rollover configuration for 100gal/acre concentrate and 200gal/acre dilute of pesticide application and rotate to off position. l. Minimum of one step on each sprayer side to allow for safe access. m. Minimum 0-200PSI system pressure gauge and tank fluid level gauges mounted on front of sprayer for tractor operator viewing. n. Must have maximum of 36""dia. sixteen blade variable pitch fan due to tractor horse-power constraints with adjustable vanes, stainless steel fan housing, stainless steel manifolds, for a tractor with horsepower from 40-75 hp. o. Must include tractor cab mounted operator control/programing pendent for real time system operation and diagnostics with readout of sonic sensor operation, chemical valve operation, ground speed, and manual electric valve operation. p. Include On-site setup. q. Include On-site training for up to three operators. r. Standard commercial warranty. s. Four one-year options for yearly on-site factory recommended preventative maintenance service. (Wage Determination No.: 2015-4285 Revision No. 15 applies) 2. Interested vendors are responsible for complying with entire combined synopsis/solicitation to include submission of quotation for all line items 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@usda.gov and respondents are responsible for ensuring receipt prior to July 07, 2020, 4 P.M. (EST). (a) Submit firm fixed price quotation for all items specified under Schedule. The cost quoted must include all charges associated with delivery, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of product with technical specifications that demonstrate meeting or exceeding minimum specifications, warranty information, and manufacturer recommended preventative maintenance requirements. (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 current to FAC 2020-06 effective June 05, 2020 available in full text at: https://www.acquisition.gov 52.204-7 System for Award Management; 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: (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; (6) 52.233-4, Applicable Law for Breach of Contract Claim; (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; (14)(i) 52.219-6, Notice of Total Small Business Set-Aside; (18) 52.219-13, Notice of Set-Aside of Orders; (22) 52.219-28, Post Award Small Business Program Representation; (27) 52.222-3, Convict Labor; (28) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (29) 52.222-21, Prohibition of Segregated Facilities; (30)(i) 52.222-26, Equal Opportunity; (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities; (35) (i) 52.222-50, Combating Trafficking in Persons; (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; (51) 52.225-13, Restrictions on Certain Foreign Purchases; (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (1) 52.222-41, Service Contract Labor Standards; (2) 52.222-42, Statement of Equivalent Rates for Federal Hires; (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment; (7) 52.222-55, Minimum Wages Under Executive Order 13658; (8) 52.222-62, Paid Sick Leave Under Executive Order 13706. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause: (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; (vi) 52.222-21, Prohibition of Segregated Facilities; (vii) 52.222-26, Equal Opportunity; (ix) 52.222-36, Equal Opportunity for Workers with Disabilities; (xii) 52.222-41, Service Contract Labor Standards; (xiii) 52.222-50, Combating Trafficking in Persons; (xvii) 52.222-55, Minimum Wages Under Executive Order 13658; (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706; (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services; 52.219-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the next Fiscal Year; 52.232-25 Prompt Payment; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.243-1 Changes - Fixed-Price; 52.247-34 F.o.b. Destination; 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. Attachment 1: Wage Determination No.: 2015-4285 Revision No. 15.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6791523ba78b4e048decc7dbd46a63bc/view)
- Place of Performance
- Address: Kearneysville, WV 25430, USA
- Zip Code: 25430
- Country: USA
- Zip Code: 25430
- Record
- SN05698900-F 20200624/200623042659 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |