Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

37 -- Test Plot Planter

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 7607 Eastmark Drive, Suite 230, College Station, TX, 77840
 
ZIP Code
77840
 
Solicitation Number
R42-7MN1-02
 
Response Due
9/4/2002
 
Point of Contact
Michael Douglas, Contract Specialist, Phone (979) 260-9480, Fax (979) 260-9413, - Anduin Jaster, Procurement & Property Assistant, Phone 979-260-9475, Fax 979-260-9413,
 
E-Mail Address
mdouglas@spa.ars.usda.gov, ajaster@spa.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; proposals are being requested and a written solicitation will not be issued. The solicitation number is R42-7MN1-02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 421820, business size 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 01-08. The USDA, Agricultural Research Service, requests the procurement of one Test Plot Planter with the following minimum specifications. Four row mounted test plot planter; (1) Toolbar, Category 2 three-point hitch, two adjustable gauge wheels, Flat plate transmission with 50 combinations to accommodate seed spacing and population requirements, 30-40 inch row spacing, Jack Stands; (2) Max-Emerge style planter units; 1.6 bushel bulk hopper, corn meters, bean meters, double disk openers with Tru-Vee depth control, Tru-Vee closing wheel, (3) Plot Equipment; Four cone type seeders with electric seed cup lift, Four divider Funnels, Mounted on CTS units, one four-row electrical junction box with remote trip switch, two personnel carriers mounted between the rows with seats, seat belts and foot rests; (4) double telescoping toolbar allowing hydraulically adjustable row spacing; (5) two two-row insecticide and herbicide application systems; (6) Disc Furrower; (7) Heavy duty down pressure springs The contractor shall perform all delivery, set-up and training so that the Test Plot Planter is complete and ready to use. The Test Plot Planter shall be delivered to the USDA, Agricultural Research Service, 3810 4th Street, Lubbock, Texas, 79415. The Government "REQUIRES" delivery no later than 90 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34,Payment by Electronic Funds Transfer - Other than Central Contractor Registration; applicable to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance are more important than price. and apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 3:00p.m., September 4, 2002. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9480 (voice) or email below.
 
Place of Performance
Address: USDA, ARS, 3810 4th Street, Lubbock, Texas
Zip Code: 79415
Country: U.S.A.
 
Record
SN00139346-W 20020815/020813213144 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.