Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

37 -- Purchase of research combine SPC040-2

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
AG-3K47-S-08-0035
 
Response Due
8/20/2008 4:30:00 PM
 
Archive Date
10/4/2008
 
Point of Contact
Michael R Wesley,, Phone: 301/504-6071
 
E-Mail Address
wesleym@ba.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with 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 AG-3K47-S-08-0035 is issued as a Request for Proposal (RFP), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-26. The applicable NAICS code is 333111, with a small business standard of 500 employees. The requirement is set aside strictly for small businesses only. The Government intends to negotiate sole source with Alamco, 99 M Avenue Nevada, IA pursuant to FAR Subpart 6.3. The Government will award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The USDA’s ANRI requires a research combine SPC040-2. Inside delivery is required to FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350, within 120 days of award. Line Item 01: Purchase of research combine SPC040-2 with a 12 month warranty. Line 02: contractor shall provide 24-7 service for repair parts for plot combine. Line Item 03: Orientation to be provided to Government technicians by factory trained personnel. The system’s features/specifications essential to the Government’s requirements are as follows: CAB: Two-person cab; set up for one or two person operation with pressurized cab, rubber mounted with sound insulation including: full gauge package that includes: hour meter, hydraulic charge pressure, ammeter, fuel gauge and threshing cylinder speed, interior cab lighting, sample bag storage provided through cab floor, thermostatically controlled air conditioning and heat with adjustable fan speed John Deere T-Handle or equivalent forward and reverse lever also to control cylinder speed, head lift and to trigger electronics. DRIVE: Hydrostatic traction drive, forward and reverse minimum 80 hp water-cooled diesel engine, oil cooling fan 35-gallon capacity fuel tank, hydraulic clutch engagement, minimum 14.9-24 Front tires, 8ply; 23 -10.5 x 14 Rear tires, 6ply power steering hydraulic failsafe brakes, four-wheel drive option; includes addition of flow divider/velocity fuses to divide oil between the right front and left rear tires and the left front and right rear tires. THRESHING: All metal, totally enclosed rasp bar type threshing cylinder; cylinder shall be enclosed to prevent contamination between plots minimum 15" x 31.5" (38 cm x 80 cm) diameter threshing cylinder minimum eight metal rasp bars for proper 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 cylinder must be totally enclosed to prevent contamination between plots CONCAVE: Concave is an under-slung, self-cleaning, quick-adjust concave with lock concave 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 soybeans, 32mm upper sieve and 16mm lower hinged style sieve One set of upper and lower fixed-hole sieves for cereals, 22mm upper sieve and 10mm lower hinged style sieve, one set of upper and lower fixed-hole sieves for corn adjustable upper 75CW sieve and SN47.5 lower adjustable style sieve air column cleaning system preferred to prevent debris in weigh hopper for accurate data collection variable speed winnowing blower Fixed curtains to prevent rebounding of seed Straw chopper – provides even distribution of threshed plant material. SEED HANDLING: Fully pneumatic seed delivery with variable speed cyclone blower. System must include the ability to route seed to either the weigh hopper or grain tank for bulk seed; switching is done from the cab to keep operator away from hazards and safe. System must include air diverter to switch air blast to grain tank when weigh hopper is loading. This is needed to prevent seed from being blown out of the weigh hopper and maintain accuracy of data collected. Large capacity cyclone seed hopper mounted outside cab, with hydraulic opener on cyclone, sample flow into cab folding cyclone hopper mount for transport Electrically-operated 1 bushel weigh hopper mounted inside cab, with switches for driver and bagman. Weigh hopper will collect weight, moisture and test weight 2 inch moisture probe detector in weigh hopper to collect moisture readings 100 lb. weigh hopper load cell and 5 kg load bar for the test weight chamber environmental enclosure for sample-handling hoppers installed inside a one or two-man cab to maintain clean cab environment for safety of operators and equipment including electric exhaust fan to keep cab clean On/Off proximity sensor that will only operate transfer auger when full of seed. 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 12 ft. discharge height, extension hydraulically folds with locking system. HEAD – AUGER PLATFORM: 96” platform head 5- bat aluminum pick up reel Center auger for feeding assist, gathering chain feeder house Hydraulically chain-driven reel, with speed adjustable from driver's seat, hydraulic reel height adjustment hydraulic lift for header adjustable skid plates, front sickle cover for high purity Dual safety shut off clutch. HEAD – CORN: 2 row corn head, drag chain feeder housing provides aggressive and even feeding for increased capacity, hydraulically driven, speed adjustment from driver’s seat, adjustable stripper plates adjustable row spacing for 30” to 40” ELECTRONICS - DATA CAPTURE SYSTEM: 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. Designed 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 can be transferred to clients PC. The software must have the capability of down loading all data into a Microsoft Excel program. Software will also allow customer to control all hopper functions automatically through out the data collection process. Enclosed printer with paper take up roll will be used to print a copy of the data that is being collected by the harvest software. MISCELLANEOUS: Heavy-duty frame construction for longevity and reliability hinged safety guards operational, parts and technical manuals included front and rear lighting Flashers AM/FM/Weatherband/antenna and speakers deluxe seat with accordion style suspension and adjustable head rest Seat safety switch – will shut off the engine after the driver rises from the seat if the machine internals are engaged and the brake is not applied or the threshing cylinder/header drive circuit is engaged. PARTS AVAILABILITY: Combine must conform to standard SAE components and specifications. which includes: standard US fractional bearings, belts, sprockets and shafts. Contractor shall provide 24-7 service for repair parts for plot combine. Factory must also be able to provide next day air shipping. Final price includes delivery of plot combine with the above specifications to USDA The Government requires all the features described above. The following FAR clauses and provisions apply: FAR 52.212 1, Instructions to Offerors Commercial Items; FAR 52.212 2, Evaluation Award to a technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1.technical capability of the item offered, 2. price and 3. past performance. FAR 52.212 3, Offeror Representations and Certifications Commercial Items. All offerors must include a completed copy of FAR 52.212 3 with their response. FAR 52 212 4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212 5, Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 1, 52.225-13, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks “has not” may not be awarded a contract until the required report is filed. The following two clauses apply to CCR Database Registration: 52.204-7 Central Contractor Registration, Alternate 1, 52-232-33 Payment by Electronic Funds Transfer CCR. Please Note: Upon award, the contractor must be registered in the Central Contractor Database System. The contractor’s DUN’S number will be used to verify registration in the Database system. Furthermore, all offerors must include a completed copy of FAR 52.212-3 (Representations and Certifications) and 52.222-38 (Compliance with Veterans Employment Reporting Requirements) with their response. A hard copy of your Certifications and Representations filed online through ORCA are required with your proposal. Faxed proposals are not acceptable. Proposals may be hand delivered or mailed to the Contracting Address. All proposals whether mailed or hand carried are due on August 20, 2008 by 4:30 p.m. (EST). The requirement is set aside strictly for small business. No other sources will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. It’s the contractor’s job to check the Internet site for any posted changes to the solicitation. In accordance with FAR 52.232-18, award is subject to availability of funds. Currently funds are not available for this requirement. A firm fixed price contract will be awarded to the responsible firm with a proposal that’s most advantageous to the government considering price and price-related factors. The anticipated award date is August 30, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=731bcad561ea2957720133990953146e&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Department of Agriculture, ARS, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN01630344-W 20080806/080804222029-731bcad561ea2957720133990953146e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.