Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOLICITATION NOTICE

24 -- Utility Tractor

Notice Date
9/1/2020 2:41:24 PM
 
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
12405B20Q0148
 
Response Due
9/7/2020 12:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Huron W. Virden, Phone: 6626865388
 
E-Mail Address
huron.virden@ars.usda.gov
(huron.virden@ars.usda.gov)
 
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 12405B20Q0148 and is issued as a request for quotation (RFQ). The NAICS code is 333111, Tractor Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-08.� The USDA, ARS has a requirement for a (New)John Deere 5045E Tractor (or equivalent), as per minimum specifications,below, at the USDA-ARS-Soil Dynamics Lab located in Auburn AL...� The Government intends to make a single award to the responsible quoter whose quotation is lowest price and technically acceptable. No specific format for submission of quotation proposal is required, however the quotation shall include, but not be limited to:� equipment details such as technical ability to meet or exceed the minimum specifications. Questions regarding this RFQ should be directed to: Huron Virden, huron.virden@usda.gov. John Deere 5045E Utility Tractor ������������� Or equivalent Specifications for Soil Coring Tractor 50 horsepower at the engine 37 horsepower at the PTO At least 170 cubic inches of displacement in the motor Turbocharger 540 economy PTO for reduced noise and vibration. Dual mid-mount hydraulic valve Loader prep package Four-wheel drive Total hydraulic GPM of 17.5 Implement hydraulic GPM of 11.5 Open operator station Top shaft synchronized transmission Total weight of less than 6,000 pounds A front axle ground clearance of no more than 11 inches An overall length of no more than 145 inches Ability to collapse role-over protection system No front end loader Descriptive literature and specifications for the equipment must be included with your quote. The equipment is to be delivered to the USDA-ARS,� 411 South Donahue Drive, Auburn, AL.�36832. 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, descriptive literature and specifications, 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 www.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. DELIVERY: FOB Destination. Deliver to the USDA-ARS, 411 South Donahue drive, Auburn, AL. 36832 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 or before 30 ARO, 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://www.fbo.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, September 07, 2020. Quotations are to be addressed to Huron Virden, Contract Specialist, and e-mailed to:��huron.virden@usda.gov.� �Additional information may be obtained by contacting the Contracting Officer by email. Place of Performance: USDA-ARS 141 Experiment Station Road, Stoneville, MS. 38776. Primary Point of Contact: Huron Virden,� Contract Specialist,� Huron.virden@usda.gov�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e269768273a34cd88f753de6c1101e57/view)
 
Place of Performance
Address: Auburn, AL 36832, USA
Zip Code: 36832
Country: USA
 
Record
SN05782190-F 20200903/200901230141 (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 |
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.