SOLICITATION NOTICE
24 -- Requirement for a Plot Combine for Elsberry Plant Materials Center, USDA NRCS Missouri
- Notice Date
- 7/17/2020 5:25:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12FPC320Q0053
- Response Due
- 8/5/2020 7:00:00 AM
- Archive Date
- 08/20/2020
- Point of Contact
- Danny Mandell, Phone: 2547429923
- E-Mail Address
-
danny.mandell@usda.gov
(danny.mandell@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED Synopsis: 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; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring the Federal Business Opportunities website to ensure that they have the most up to date information about this acquisition. The solicitation number 12FPC320Q0053 is being issued as a Request for Quote (RFQ) and is being conducted as a 100% small business set aside. The North American Classification System Code is 333111 Farm Machinery and Equipment Manufacturing. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76. This requirement will be awarded as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. Description: The Elsberry Plant Materials Center, (PMC) located at Elsberry, MO is looking to purchase a plot combine. The combine will serve as the primary plot combine for harvesting study plots, foundation and breeder seed production fields. This is considered specialized equipment. It is required that literature for the equipment be included to ensure it meets the PMC requirements. See attached Attachment 1 Specifications. Please include all freight costs in your quote or state that freight cost is include in the total amount of your quote. The Government will evaluate quotes in response to this solicitation without discussions and will award a contract to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, considering only price. The Plot Combine will be delivered to the United States Department of Agriculture Natural Resources Conservation Services (NRCS) Elsberry Plant Materials Center (PMC), located at 2803 N., Hwy 79, Elsberry, MO 63343. Provisions: The following Federal Acquisition Provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items, (Jun 2020) 52.212-2 Evaluation - Commercial Items, (Oct 2014) 52.212-3 Offeror Representations and Certifications - Commercial Items, (Jun 2020)� Clauses: The following Federal Acquisition Clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items, (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (Jul 2020) 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: 52.233-3 Protest After Award, (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim, (Oct 2004) b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of Law or Executive Orders applicable to acquisitions of commercial items: 52.202-1 Definitions (Nov 2013)� 52.203-5 Covenant Against Contingent Fees (May 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 15.203-6 Alternate I (Oct 1995) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-19 Incorporation by Reference of Representations and Certifications (Jan 2011) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.216-24 Limitation of Government Liability (Apr 1984)���������� 52.216-25 Contract Definitization (Oct 2010) 52.216-25 Alternate I (Apr 1984) 52.222-17 Nondisplacement of Qualified Workers (May 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases. (Jun 2008) 52.225-25 Prohibitions on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (Aug 2018) 52.232-1 Payments (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations. (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award. (Aug 1996) 52.233-3 Alternate I (Jun 1985) 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) 52.244-6 Subcontractors for Commercial Items 52.243-1 Changes-Fixed Price (Aug 1987) 52.243-5 Changes and Changed Conditions. (Apr 1984) 52.244-6 Subcontracts for Commercial Items. (Aug 2019) 52.246-2 Inspection of Supplies � Fixed Price (Aug 1996) 52.246-17 Warranty of Supplies (June 2003) 52.249-2 Termination for Convenience of the Government (Fixed-Price). Alternate I (Apr 2012) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Services). (Apr 1984) 52.249-14 Excusable Delay (Apr 1984) Updated thru FAC 2020-6, May 6, 2020 Addendum to 52.212-1, Modify (b): Submission of Offers to read as follows: Quotes shall be submitted on company letterhead, signed, dated and sent via email to Danny Mandell, Contracting Officer, email: Danny.Mandell@wdc.usda.gov, no later than August 5, 2020, 9:00 a.m. Central Daylight Time (CDT). The offeror shall provide a Firm Fixed Price quote that is in accordance with this solicitation. System for Award (SAM) Registration: All prospective contractors must register in the System for Award Management (SAM) registration database at www.beta.SAM.gov, to be considered for an award of a federal contract.� *Please note: all offerors and prospective contractors must have an active registration with www.SAM.gov to be awarded an order.� Point of Contact:� Danny Mandell, Contract Specialist, via email at danny.mandell@usda.gov for information regarding this solicitation.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fc51081bc6da44feba7318c367dfcaae/view)
- Place of Performance
- Address: MO, USA
- Country: USA
- Country: USA
- Record
- SN05725063-F 20200719/200717230139 (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 |