Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2020 SAM #6858
SOLICITATION NOTICE

37 -- High Clearance Wheat Sprayer

Notice Date
9/6/2020 6:20:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111140 — Wheat Farming
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B20Q0209
 
Response Due
9/14/2020 2:00:00 PM
 
Archive Date
09/29/2020
 
Point of Contact
James Porter, Phone: 9792609491
 
E-Mail Address
james.porter@usda.gov
(james.porter@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; proposals are being requested, and a written solicitation will not be issued. The solicitation number is 12805B20Q0209�and is issued as a request for quotes�(RFQ). The NAICS code is 111140. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-08.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. �The Agricultural Research Services Divison of the USDA is interested in the purchase of one high clearance, self-propelled wheat sprayer with the following specifications: A high-clearance, self-propelled sprayer that can spray over the top of wheat crop. It needs a under carriage clearance of 48 in. The boom of the sprayer needs to adjust from 28in to 72in in height. Narrow wheels (10 inches wide or less) that allow the sprayer to move in between the planted rows. Spraying speed between 4-7 miles per hour. �Must be able to be loaded onto a trailer that is 8 feet wide with spray boom attached. An outside tire-to-outside tire width of 72-78 inches. Must be 4-wheel drive so that it can travel in wet conditions.� Spray boom needs to be able to fit TeeJet spray tips for quick change of nozzles. Quantity Required: One Product Specifications: Minimum Ground Clearance: 48 in Hydrostatic Transmission Tire spacing must be adjustable Outside tire to outside tire width of 72-78 inches Tire width of <= 10 inches Application speed 5-7mph Boom width 320 inches, with 16 nozzles on �20 in spacing Boom to have 3 equal sections with independent shut-off valves Boom height adjustable with hydraulics or electronics Boom height range 28 in to 72in. Spray tank of 90 gallons or more. Hydraulic or PTO-driven diaphragm pump with flow rate of 10GPM to at least 30 GPM Compatible with automated boom section control systems for future upgrade. Ground speed settings controlled by lever (not only foot pedal) for uniform ground speed during application 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; 2) fill out applicable sections of the attached SF-18 and return�and 3) 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 QUOTE: 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: USDA-ARS, 1515 College Avenue, Manhattan, KS, 66502.� QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees,�and end-user training. 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 on line at www.sam.gov. 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 request for quote need to submit it by�4:00 PM Central Time on Sei:itember 14, 2020. Quotes�are to be addressed to James Porter, Contract Specialist, and e-mailed to:�james.porterr@usda.gov. Additional information may be obtained by contacting the Contracting Officer by email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5900dc86436c46faa5180cf615932526/view)
 
Place of Performance
Address: Manhattan, KS 66502, USA
Zip Code: 66502
Country: USA
 
Record
SN05788634-F 20200908/200906230133 (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.