Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

37 -- Power Husker and Power Corn Cutter

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0032
 
Response Due
6/9/2004
 
Archive Date
7/15/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@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; quotation are being requested and written solicitation will not be issued. Solicitation No. 5114-4-0032 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. This solicitation is 100% set-aside for small business. The NAICS code applicable to this solicitation is 333111. For a company to qualify as a small business, the small business standard is 500 employees. The USA, ARS, MWA, Invasive Weed Management Unit, Urbana, IL has a requirement/need for a Power Husker, "Brand name or equal" to A&K Development Company's Four Lane Power Husker series II manual, A&K Development Company's Power Corn Cutter, hand fed with two sets of cutter knives and 110 volt electric motors on all equipment. This equipment will be used for development of a sweet corn processing lab. When completed, the lab can be used to efficiently separate sweet corn reproductive yield components (husk + silks, cob + shank, and kernel mass). This will assist in the analysis of field test plot data where 75 to 100 ears per plot will be harvested. Yield components analysis of 250 to 750 total plots per year will be possible in a processing lab. EACH CLIN MAY BE AWARDED TO A SEPARATE VENDOR OR ALL CLINS AWARDED TO ONE VENDOR DEPENDING ON THE BEST VALUE TO THE GOVERNMENT. Listed are the description of items and quantities required: CLIN No. 1 - Four lane 'Power Husker' series II manual (Quantity - 1); CLIN No. 2 - 'Power Corn Cutter' hand fed with two sets of cutter knives (Quantity - 1); and CLIN No. 3 - 110 volt electric motors on all equipment (Quantity - 1). THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following minimum specifications: CORN CUTTER: (1) Must have manual feed conveyor; (2) Must have rotary cutting head assembly; (3) Must have cutter head housing guard; (4) Must be completely assembled and mounted on base; (5) Must have 110 electric volt motors; (6) Contact parts must be made of stainless steel or other non-corrosive material; (7) Must have gravity feed bottle oiler; (8) Must have water spray nozzle for flushing water into cutter head; (9) Maximum dimensions not to exceed- 48" height, 48" wide, 28" deep. CORN HUSKING BED: (1) Must have 110 volt electric motors; (2) Must have husking rolls 5' in length, arranged in 4 husking lanes; (3) Contact parts must be made of stainless steel or other non-corrosive material; (4) Must have galvanized frame; (5) Must have safety guards. 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 QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. 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 are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 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; 52.225-1, Buy American Act - Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 USC 3332); and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at www.ARNET.gov/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide: 1) a quotation on company letterhead detailing the item description, unit price, and extended price of CLIN; 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 are preferred but will accept commercial references). References shall be provided for the product quoted and if possible include e-mail address of contact person; and 4) 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://acqnet.gov/far. Quotes received without the completed copy of the provision at FAR 52.212-3 will be considered non-compliant. DELIVERY TO: USDA/ARS/MWA, Urbana, IL 61801. QUOTATION 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 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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's requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. Award will be made based on overall BEST VALUE to the Government. EACH CLIN MAY BE AWARDED TO SEPARATE VENDORS IF THIS PROVIDES THE BEST VALUE TO THE GOVERNMENT. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery. C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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 he 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. If 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 quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 9, 2004. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, University of Illinois South Farms, Urbana, IL
Zip Code: 61801
Country: USA
 
Record
SN00593483-W 20040529/040527211702 (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.