Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

24 -- TRACTOR

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APVSNVXX-0242-5
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA) Animal Plant and Health Inspection Service (APHIS) National Veterinary Service Laboratory (NVLS), Ames Iowa has a requirement to procure a tractor. This announcement is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation APVSNVXX-0242-5 is being advertised as a Brand Name or Equal per FAR 52.211-6. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-04. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 333111 and the Small Business Size Standard for this NAICS code is 500 employees. The required delivery date is 20 days after the award date. FOB: Destination for delivery to USDA APHIS NVLS 1800 Dayton Road, Ames, IA 50010. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. The Government anticipates awarding one firm-fixed-price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will offer the best value to the Government, and other factors considered. The provision at 52.2 12-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria: (1) Ability to Meet Required Specifications -Offerors must be able to meet all required specifications listed in the solicitation. Offers shall include price; (2) Ability to Provide the Best Price to the Government; and (3) Offerors must be able to meet the required delivery date of 20 days after receipt of order. Technical factors 1 and 3, when combined, are equal to the importance of price in this solicitation. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive and will not be considered in the evaluation. All offers shall include prices; a delivery schedule/process; a completed FAR 52.212-3; and Offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.2 12-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.247-34 F.O.B. Destination; FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. ?Facsimile proposal,? as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 612-370-2136 Attn: Charlene. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the completed original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) - The North American Industrial Classification System Code(s) and business size standard(s) describing the products and or services to be acquired under this solicitation are NAICS Code 333111; Size Standard 500 employees. Numbered Note #1 is included in this solicitation. Offers are due August 30, 2005, 10:00 am local time. Offers shall be submitted to USDA APHIS MRPBS, Attn: Charlene Lambert Butler Square West, 5th Floor, 100 North 6th Street, Minneapolis, MN 55403. All questions regarding this solicitation shall be submitted, in writing, to CHARLENE LAMBERT email at charlene.l.lambert@aphis.usda.gov. REQUIREMENTS: Brand Name or Equal Far 52.211-6 John Deer #7920 - 170 PTO Horsepower - Deluxe cab with heating and air conditioning console - 3 hydraulics for remote cylinder control with push/pull breakaway couplers and high pressure relief levers - Infinitely variable transmission (40 kilometers per hour) with Left Hand Reverser and Implement Management System - Rear Power Take Off that is capable of 540/1000RPM PTO - 3 ?point hitch with coupler - 100mm diameter rear axle with 118.5 inch length - Dual 480/80R46 tires with heavy duty hubs (10 bolt cast) - Heavy duty mechanical front wheel drive axle with driveline shield and limited slip differential - 420/90R inch radial front tires - AM/FM stereo radio with weather band - Side seat next to primary seat (buddy seat) - Front Fenders (factory standard) - Extremity lights - 110V engine block heater - Cold weather start kit with ether aid canister
 
Place of Performance
Address: 1800 Dayton Road, Ames, IOWA
Zip Code: 50010
Country: USA
 
Record
SN00864277-W 20050810/050808211624 (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.