Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

37 -- 2-Row Plot Combine

Notice Date
6/24/2005
 
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
5114-5-0024
 
Response Due
7/8/2005
 
Archive Date
8/8/2005
 
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 written solicitation will not be issued. Solicitation No. 5114-5-0024 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 2005-04. 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 USDA, ARS, MWA, Soybean/Maize Germplasm, Pathology Genetic Research Unit, Urbana, IL has a requirement/need for a 2-Row Plot Combine to be used primarily for harvesting soybean research plots. It is critical that there is a minimum carry over of seeds between plots, minimal damage to harvested seeds that can vary greatly in size and moisture content, and minimal stem or pod residue in the harvested sample. Plot size will generally be 2 rows, 30 inches apart and 10 to 20 feet in length. THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following minimum specifications: 2-Row Plot Combine (1 person operation); (1) Engine: 73 HP air cooled. (2) Transmission: Hydrostatic (forward/reverse) 0-7 mph. (3) Steering: Power. (4) Brakes: hydraulic fail-safe/parking brake. (5) Cylinder Drive Speed: Variable hydraulic drive 0-900rpm. (6) Cylinder Size: 15.25" diameter, 31.5" width and 8 rasp bars. (7) Concave adjustment: quick adjust. (8) Sieve Size: Upper 30" by 55" Lower 30" by 47". (9) Header: Row crop head hydraulically driven, 2-30" rows with gathering belts and cutters. (10) Seed Conveyance: Pneumatic conveyer system, via cyclone to the bagging station (bagging at the driver's seat). (11) Cleaning: Steplessly adjustable air flow. (12) Options: Electronic weigh and moisture equipment, flip down cyclone for transport if over-all height is over legal limits, compressed air system for cleaning machine in field, working lights and two bag holders accessible from driver's seat. 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. 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 Proposal); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.2120-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); 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. FAR 52.2222-3, 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; 52.225-3, 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); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 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/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, 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 are preferred but will accept commercial references). References shall be provided for the product proposed 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://www.arnet.gov/far/loadmainre.html. DELIVERY TO: USDA/ARS, Urbana, IL 61801. 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 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 FOB Destination), technical and past performance are more important that price. EVALUATIONS & 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 proposals will be rated by comparing descriptive literature against the salient characteristics. B) Delivery/Installation. C) Training, D) 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 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 Georgetta Stonewall, no later than 2:00 pm on July 8, 2005. Proposals 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 below.
 
Place of Performance
Address: USDA-ARS-MWA, Crop Sciences Research & Education Center, Bldg 991, St. Mary's Road, Urbana, IL
Zip Code: 61801
Country: USA
 
Record
SN00835949-W 20050626/050624211700 (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.