Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

37 -- Used One Person Research Combine

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, Georgia, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-019-4384-09
 
Archive Date
7/3/2009
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
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-019-4384-09 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. The NAICS code applicable to this acquisition is 423820. The small business size standard is 100 employees. This procurement is unrestricted. CLIN 1 - QTY 1 - used one-person research combine USDA ARS has a requirement for a used, one person research combine with the following critical characteristics:  Narrow wheelbase (45") for harvesting small research plots, micro plots and hills.  Combine must be field ready.  Single-row row crop header.  Hydraulic fail-safe brakes  40 HP diesel, air-cooled engine  Power Steering  4 wheel drive.  Variable speed threshing cylinder, hydraulic control preferred.  Must have operational automatic plot weighing system including scale, computer and bagging capability; printer optional.  Monitor and sensors for various operational functions must be working  All safety guards and shields must be in place  Night-time illumination lights must be operational.  Fire extinguisher  Operator Manual No shipping will be required. Government will pick up and transport. Delivery time is 30 days. Evaluation of quotations will be made based on price and suitability of equipment to meet the needs of the research unit. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. 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. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, June 18, 2009. 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. Faxed or emailed responses are not acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, photographs, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The anticipated award date is June 22, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-019-4384-09/listing.html)
 
Record
SN01832251-W 20090603/090601234742-b928a7f7a2cfebe4b3d16f5493ef70e7 (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.