Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

37 -- Horizontal Manure Augers

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-08-BB03
 
Point of Contact
Georgetta C Stonewall,, Phone: (309) 681-6624
 
E-Mail Address
georgetta.stonewall@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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 a written solicitation will not be issued. Solicitation No. AG-5114-S-08-BB03 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. Small Business Set-Aside: This procurement is fully set-aside for small business. The NAICS code applicable to this acquisition is 333111. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Animal Holding Facility, Marshfield, WI has a requirement/need for a two (2) 108 foot Horizontal Manure Auger. The augers are intended for future installation in Building J. CLIN 1 - Horizontal Manure Augers (including shafts, motor, gears, pulleys, belts, drive shafts, discharge trough, all mounts, guards, hangers, hardware and bearings needed for installation [however, installation will be procured at a future date] in a 15 by inch concrete trough); provide unit price and total price per CLIN. CLIN 2 - Electrical Controls (including magnetic starter, remote emergency stop, warning light, etc.) must be 3 phase; provide unit price and total price per CLIN. CLIN 3 - Extra Control to allow each auger to be run in both directions; provide unit price and total price per CLIN. THE SALIENT CHARACTERISTICS: the Horizontal Manure Auger must meet or exceed these minimum requirements: It shall be a 12-inch diameter auger designed for conveying sand laden manure in concrete channel. Length of each auger shall be 108 feet. Auger shall be furnished with all hangers, sealed bearings and mounting hardware for proper installation in concrete channels provided in the original construction of the facility. Seal bearings, hangers and mounting hardware shall be designed and constructed for operation and use in conveying manure. Each auger shall be furnished with drive unit including, but not limited to, a 15 Hp, 208 V, 3 phase, 60 Hz, TEFC motor and associated mounting frame. Drive unit shall be belt driven type with guards and protective shields. Also to be included are shop drawings of auger, training, auger trough drawings, freight and safety signage. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the manufacturer’s product literature and shop drawings 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 quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations 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 are as follows: 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. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 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://acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price and total price; 2) shop drawings, descriptive literature, brochures, information on service and support; 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 preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; 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://acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS, Marshfield, WI. 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 8 weeks after award, however, each offeror shall include their proposed delivery schedule as part of their quote. 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 requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & 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 quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B)Delivery. C) Training. D) Warranty. 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.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., September 2, 2008. 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 at (309) 681-6624 or email below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da7d615e04ae68bb81c81b88ac22ef92&tab=core&_cview=1)
 
Place of Performance
Address: USDA-ARS-MWA, Animal Holding Facility, M605 Draek Avenue, Stratford, Wisconsin, 54484-9506, United States
Zip Code: 54484-9506
 
Record
SN01643903-W 20080820/080818222032-da7d615e04ae68bb81c81b88ac22ef92 (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.