Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

37 -- Plot Combine

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0016
 
Response Due
6/26/2003
 
Archive Date
7/11/2003
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation No. 5114-3-0016 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 333111. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, Agricultural Research Service, Midwest Area, North Central Soil Conservation Research Laboratory (NCSCRL), Morris, MN has a requirement/need for a Combine. This combine will be used to collect yield data on plots. In addition, it will be used to collect yield data on farm research. THE SALIENT CHARACTERISTICS: the Combine must meet or include these minimum requirements: (1) Must have universal concave for small-seeded crops. (2) Must have grain/bean head of 5 feet width. (3) Must have corn head capable of 2 row, 30 inch spacing. (4) Must have a minimum of 3 sieves (4.5, 10 and 16 mm) for grain cleaning with top sieve being adjustable. (5) Must have variable speed transmission. (6) Must have large 2 man climate controlled cab with heating, air conditioning and radio. (7) Must have in cab sub sampling with Harvestmaster grain gage weighing system for moisture and weight with appropriate features for in field sampling (i.e. allegro PC and printer). (8) Must have wheel spacing of 60 inches center to center. (9) Must have minimum uploading height of 9 feet. (10) Must have straw chopper. (11) Must have air clean out of grain head. (12) Must have grain tank that holds minimum of 30 bushels. (13) Must have the ability to collect whole plot sample from cab. (14) Must have pneumatic grain clean out and delivery system for entire combine. (15) Must use flat shaker system to replace straw walker system. (16) Must have minimum of 64 hp Perkins diesel engine. (17) Must have minimum ground clearance of 14 inches. (18) Must have hydraulically driven cutter, bar, and feeder house. (19) Must allow hydraulic reel adjustment and cylinder adjustment from cab. (20) Must have hydraulic steering. (21) Must have reversing mechanism for chain conveyor and cutting unit. (22) Must allow central concave adjustment from cab. (23) Must have distance meter. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide in RFP); FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide in RFP); FAR 52.214-21, Descriptive Literature; and FAR 52.222-22, Previous Compliance Report (Provide in RFP). FAR 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN RFP: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, quantity, unit price, and extended price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. Offerors shall include a completed copy of the provisions 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. DELIVERY TO: USDA-ARS, NCSCRL, Morris, MN 56267-1065. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before September 1, 2003, however, each offeror shall include in their proposed delivery schedule as part of their proposal. 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), where technical and past performance are more important than price. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government’s rights under the Inspection clause nor does it limit the Government’s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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 those documents related to this procurement. Furnish proposals to Norma Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 26, 2003. Proposals may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6618 or email below.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/MAO/5114-3-0016/listing.html)
 
Place of Performance
Address: USDA-ARS, 803 Iowa Avenue, Morris, MN
Zip Code: 56267
Country: USA
 
Record
SN00345236-F 20030613/030611214431 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.