Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

37 -- Research Plot Corn Combine

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-030-4384-05
 
Response Due
8/31/2005
 
Archive Date
9/15/2005
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-030-4384-05 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 05-05. This procurement is unrestricted. The NAICS code applicable to this acquisition is 333111. For a company to qualify as a small business, the small business size standard is 500 employees. USDA ARS has a requirement for one research plot corn combine. Technical specifications are as follows. CAB: two person, set up for one or two person operation; pressurized rubber mounted with sound insulation; gauge package that includes hour meter, hydraulic charge pressure, ammeter, fuel gauge and threshing cylinder speed, interior lighting, sample box storage through cab floor, thermostatically controlled air conditioning with adjustable fan speed. DRIVE: hydrostatic traction drive, forward and reverse, minimum 80 hp water-cooled diesel engine, oil cooling fan, minimum 35 gallon capacity fuel tank, hydraulic clutch engagement, minimum 14.9-24 front tires, 8 ply, 23-10.5 x 14 rear tires, 6 ply, power steering, hydraulic failsafe brakes, four wheel drive including addition of flow divider/velocity fuses. THRESHING: all metal, totally enclosed rasp bar type threshing cylinder, Cylinder must be enclosed to prevent contamination between plots. A minimum 15? x 31.5? (38 cm x 80cm) diameter threshing cylinder, minimum eight rasp bars, hydraulically-driven threshing cylinder, with variable speed control and tachometer in cab, cylinder speed adjustable from 0 to 1235 rpm without changing pulleys and independently engaged from the rest of the combine. CONCAVE: under-slung, self-cleaning, quick-adjust with lock, narrow wire spacing for pearl millet, access panel for quick access for purity applications. SEPARATION: full length conveyor under concave for positive grain movement, one set of upper and lower fixed-hole sieves for pearl millet, NOTE: strawalker style upper sieve not acceptable, 22mm upper Graepel sieve and 10mm lower hinged Graepel style sieve, air column cleaning system, variable speed winnowing blower, fixed curtains. SEED HANDLING: fully pneumatic seed delivery with variable-speed cyclone blower, NOTE: elevator, paddle or conveyer delivery not acceptable. System must include the ability to route seed to either the weight hopper or grain tank for bulk seed; switching done from the cab, automatic sequencing control valve for air delivery, large capacity cyclone seed hopper mounted outside cab with hydraulic opener on cyclone, sample flow into cab, folding cyclone hpper mount for transport, electrically-operated 1 bushel weight hopper mounted inside cab with switches for driver and bagman. Weight hopper must collect weight, moisture and test weight. Hopper must have capacity to weight 1 lb to 35 lb maximum. 2? half height moisture probe detector in weight hopper to collect moisture readings in pearl millet, 100 lb weight hopper load cell and 5 kg load bar for the test weight chamber, environmental enclosure for sample-handling hoppers installed inside two-man cab. Enclosure system that allows the following options for collection samples: collect weight, moisture and test weight, then collect entire sample in bag. Collect weight, moisture, and test weight then a 1 to 2 lb sub sample; remainder of sample goes to grain tank. Collect weight, moisture and test weight, then discard entire sample to grain tank. Discard entire sample to grain tank and by-pass the electronics. GRAIN TANK: minimum 40 bushel grain tank, hydraulic auger pivot controlled from operator?s platform, hydraulic unload auger with control of operation from cab, hydraulic unload auger with 9 ft discharge height. HEAD: 60? cutter bar standard head, 5-bat aluminum pick up reel, hydraulically chain-driven reel, with speed adjustable from driver?s seat, hydraulic reel height adjustment, hydraulic lift for header, adjustable gauge wheels to adjust cutter bar height, mini-cleat lock pattern feeding belt, front sickle cover. ELECTRONICS: Seed Spector LRX or equivalent electronic data collection device, microprocessor, minimum 512 kb Ram data memory and 512 kb Flash Rom program memory, high performance analog section, sensor interface, plot weight, moisture and test weight channels, LCD display, user interface, mounting hardware for combine in cab, 9/12 volt power supply for hand held computer and printer, hand held computer ? data collection storage and controller to include Psion Workabout MX hand held computer or equivalent, Harvest Software with the following specifications: design to capture data from electronic device and set up plots in a range row pattern. Each plot will be given a plot ID to correspond with the moisture, weight and test weight data collected through the electronic data collection device. The data be transferred via RS-232 serial link to a PC. The software must have the capability of down loading all data into a Microsoft Excel program. Software must also allow control of all hopper functions automatically through out the data collection process. Printer must be enclosed with paper take up roll to print a copy of the data collected by the Harvest Software. MISCELLANEOUS: heavy duty frame, hinged safety guards, operational parts and technical manuals, front and rear lighting, flashers. PARTS: combine to use standard SAE components and specifications. Vendor must provide 24-7 service for repair parts and must be able to provide next day air shipping service to reduce down-time. DELIVERY AND TRAINING: Price should be quoted FOB Destination to Tifton, Georgia. DELIVERY TIME: Within 120 days of order. Quotes must be submitted on company letterhead, accompanied by descriptive literature showing equipment meets or exceeds all specifications. All offers must include with their quotation a completed copy of FAR 52.212-3 which is included in the document titled solicitation provisions as an attachment to this solicitation. 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: PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Company receiving award must be registered in the Central Contractor Data Base at www.ccr.gov All sources wishing to provide a quotation must respond by 1:00 PM EDT, August 31, 2005. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd., Athens GA 30605-2720 (or POB 5677, Athens, GA 30604-5677) POC: Elaine Wood, Contract Specialist, 706-546-3534 or fax 706-546-3444. Faxed responses are acceptable.
 
Place of Performance
Address: USDA ARS, Coastal Plain Experiment Station, 2316 Rainwater Rd., Tifton, GA
Zip Code: 31793
 
Record
SN00871247-W 20050818/050816211641 (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.