Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOLICITATION NOTICE

W -- Lease of Self Propelled Forage Harvestor - Clauses

Notice Date
12/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW, Suite 580C, Washington, District of Columbia, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
352990KLN
 
Archive Date
1/5/2010
 
Point of Contact
Kathy L Newton, Phone: 202-720-7478
 
E-Mail Address
knewton@ars.usda.gov
(knewton@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Open Market Clauses The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), has a requirement to lease a self-propelled forage harvester. The contractor shall furnish, deliver, and set-up the self-propelled forage harvester to the U.S. Department of Agriculture, Agricultural Research Service, Building 401, BARC-EAST, Beltsville Maryland. 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 a base year with two additional option years: •1. The harvester shall have a 400 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 shear 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: Minimum of twelve (12) foot window pickup unit including reverse with quick attach mounting to fit harvester. Minimum of 14'8" row independent corn heater with quick attach mounting to fit harvester.. 16. Liquid inoculants applicator is to include tank, pump, and in-cab electric rate controller. •17. Crop moisture sensing system with moisture readout in the cab. The offeror shall provide descriptive literature of the equipment being offered meeting the minimum requirements. Prices for base year and two option years must be included as shown: Base Year: January 11, 2010 through January 10, 2011 Option Year 1 - January 11, 2011 through January 10, 2012 Option Year 2 - January 11, 2012 through January 10, 2013 Please submit your pricing via email to: Kathy.Newton@ars.usda.gov by noon, EST on Monday, January 4, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PPBDC/352990KLN/listing.html)
 
Place of Performance
Address: USDA-ARS, 10300 Baltimore Avenue, BARC-West, BLDG. 177C, Washington, District of Columbia, 20705, United States
Zip Code: 20705
 
Record
SN02027621-W 20091220/091218235226-d90c36f9aa0a5aa70bbebc06db73e53e (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.