SOLICITATION NOTICE
37 -- Research Seed Dryer System
- Notice Date
- 7/15/2020 7:41:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B20Q0081
- Response Due
- 7/29/2020 12:00:00 PM
- Archive Date
- 08/13/2020
- Point of Contact
- SHALUNDA S. MIX, Phone: 6626865346
- E-Mail Address
-
SHALUNDA.MIX@USDA.GOV
(SHALUNDA.MIX@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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B20Q0081 and is issued as a request for quotation (RFQ). The NAICS code is 333111, Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-06. USDA-ARS Raleigh NC small grains project needs a Research Seed Dryer System. Timely harvest of research plots is increasing difficult with frequent rainfall across locations of plots. Grain and seed are harvested at moisture levels (16% or greater) that require a dryer system. The USDA, ARS requires a Research Seed Dryer System including the following: 1) Two (2) station/bay plenum (steel) to allow for maximum of 3 boxes high/station a) Plenum access doors, easily open/latch with hinges. Bolt to concrete pad. b) Adjustable dampers for each station/bay c) Gauge at each station to measure air pressure 2) Blower/Burner and assembly to plenum a) Blower to adequately aerate each box of 1,000-2,000 lb of seed in paper/woven plastic containers. b) Burner for propane gas to allow for maximum of 110?F. Digital temperature control system. Alarm with temperature-setting system. c) 2-phase (220v) electric motor for fan 3) Six (6) steel boxes with forklift pallet-style bottom (3 boxes per plenum station) a) Measurements 48�x48�x40� or a standard size with similar volume and easily managed with standard forklift. b) Stackable c) Perforated floor with about 2,000 lb capacity of seed. d) Tag holder to easily identify contents. 4) Lid for each box to allow for seed transport in box from field-to-base station and keep seed dry if rain occurs. 5) Paint all equipment for weather protection, green and blue (USDA logo) or standard color tints. 6) Build and final invoice before August 30, 2020. 7) Deliver before end of September 30, 2020 to: USDA-ARS 3512 Mid Pines Rd Raleigh, NC 27606 Any quotes not meeting the minimum specifications will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at http://beta.sam.gov/ . REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. DELIVERY: FOB Destination. Deliver to USDA-ARS3512 Mid Pines Rd., Raleigh, NC 27606. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on before the date specified in the SOW/Specification, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://beta.sam.gov/ . FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, July 29, 2020. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@usda.gov. Additional information may be obtained by contacting the Contracting Officer by email.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c73e5f23d9db4f20942f7a5e66bc7443/view)
- Place of Performance
- Address: Raleigh, NC 27606, USA
- Zip Code: 27606
- Country: USA
- Zip Code: 27606
- Record
- SN05722149-F 20200717/200715230150 (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 |