Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

W -- Lease of Forage Harvester

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-3K47-S-07-0002
 
Response Due
11/15/2006
 
Archive Date
11/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 AG-3K47-S-07-0002. Lease of a Forage Harvester. This synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-13. This action is set-aside for award to a small business. The applicable NAICS code is 532490, which has a size-standard of $6.5 million. Questions must be received by November 9, 2006. Proposals must be received by November 15, 2006. Address all correspondence to: Attn: Andrew J. Sullivan USDA, ARS, BARC, P&CS Bldg, 003, Room 329A 10300 Baltimore Avenue Beltsville, MD 20705-2350 301-504-8484 301-504-5009 (fax) SPECIFICATIONS The Contractor shall furnish, deliver and set-up the self-propelled forage harvester to the U.S. Department of Agriculture, Agricultural Research Service, Building 301, BARC-East, Beltsville, Maryland. The offeror shall provide descriptive literature of the equipment being offered meeting the minimum requirements. This is a time sensitive requirement. The offeror shall state how long after award delivery can be made. The following is the basic minimum requirements for one new self-propelled, 4-wheel drive, forage harvester in which the Government intends to lease for one year with (2) one year options: 1. The harvester shall have a 435 h.p. or greater diesel engine. 2. Hydrostatic transmission. 3. Rotating rotary air screen with dust ejection system. 4. Pressurized operator?s cab with heating, air conditioning and pneumatic suspension seat. 5. Metal detector. 6. Automatic sharpener. 7. Reversible sheer bar. 8. In-cab automatic sheer bar adjustment. 9. Electro-hydraulically controlled spout. 10. Crop processor with quick removal feature and mechanical roller adjustment. 11. Power rear axle with 540/65 - R24 or better tires, 30.5 R32 166 A8 or better drive tires. 12. Central greasing kit. 13. AM/FM radio. 14. Automatic steering in corn. 15. Quick attachment mounting for the accessories provided by the incumbent contractor listed below: a. Minimum of twelve (12) foot windrow pickup unit including reverse with quick attach mounting to fit harvester. b. Minimum of 14' 8" row independent corn header with quick attach mounting to fit harvester. 16. Liquid innoculant applicator to include tank, pump, and in-cab electric rate controller. FAR Clause 52.212-1, Instructions to Offerors?Commercial Items (Sept 2006), applies to this acquisition. FAR Clause 52.212-2, Evaluation?Commercial Items (Sept 2006), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Compliance with solicitation requirements; 2. Price; 3. Delivery schedule. Compliance with solicitation requirements and delivery schedule, when combined, are approximately equal to price. Offerors are advised to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Sept 2006), with its offer. FAR Clause 52.212-4, Contract Terms and Conditions?Commercial Items (Sept 2005), applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Sept 2006), applies to this acquisitions. The following FAR clauses, cited in 52.212-5, are applicable to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside (June?2003) 52.219-14, Limitations on Subcontracting (Dec?1996) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan?2006) 52.222-21, Prohibition of Segregated Facilities (Feb?1999) 52.222-26, Equal Opportunity (Apr?2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept?2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun?1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept?2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec?2004) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JUNE 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Feb?2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct?2003)
 
Place of Performance
Address: USDA, ARS, BARC, P&CS, Bldg, 003, Room 329A, 10300 Baltimore Avenue, Beltsville, MD 20705-2350
Zip Code: 20705-2350
Country: UNITED STATES
 
Record
SN01172841-W 20061101/061030220058 (fbodaily.com)
 
Source
FedBizOpps 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.