Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

37 -- USED COMBINE

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-64PP-S-10-BB04
 
Point of Contact
Karen L. Reddick, Phone: 573-875-5291
 
E-Mail Address
karen.reddick@ars.usda.gov
(karen.reddick@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; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-10-BB04 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. 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, Cropping Systems and Water Quality Research Unit have a requirement to purchase a Used Combine. The item offered must meet or exceed the following salient characteristics: (a) combine must be less than 20 years old; (b) field ready harvest condition; (c) outside wheel spacing not to exceed eleven (11) feet; (d) rotary threshing mechanism with rasp bar cylinder; (e) auto header height control; (f) rear wheel assist (RWA); (g) total grain cleaning area not to exceed 4,000 sq in; (h) feed reverser; (i) equipped with AgLeader yield monitoring system compatible with existing color display with all applicable sensors, including grain flow sensor and grain moisture sensor; (j) include grain harvesting flex head not to exceed 13 ft wide; (k) include a 4 or 6 row, 38 inch spaced corn head; (l)seller must deliver to the University of Missouri Delta Research Center, located at Portageville, Missouri; (m) must include a warranty on the combine engine; (n) service/maintenance facility within 35 miles of the University of Missouri Delta Center; (o) seller must be willing to take a trade-in of existing wrecked John Deere 4435 combine; (p) Seller must agree to assist with combine setup and adjustment in the field prior to harvest. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references for the proposed requirement. (Government references preferred but will accept commercial references). References shall be provided for the equipment proposed and if possible include the email address of the person to be contacted; 3) 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://www.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: 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 Quote); 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, 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://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS, Portageville, Missouri. QUOTE 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 14 days ARO or as soon as available, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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 Quote 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) 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 Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., August 25, 2010. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section. 2. Nature/Description of Actions(s) (FAR 6.303-2(a)(2)). a. This action is for an AgLeader Yield Monitoring System required to be on a used combine per solicitation # AG-64PP-S-10-BB04. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). AgLeader Yield Monitoring System 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)(c)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The equipment required by the agency is the only one available that will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2)) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The requirement is for an AgLeader Yield Monitoring System to be installed on a used combine as part of the purchase price. The Research Unit is requiring the AgLeader brand because this brand is already installed on an existing combine as well as a cotton picker. This allows the Research Unit to be able to move the existing Insight color display from one to the other without having to purchase additional color displays. This also allows for consistent research data without the need to interpret data from various systems. 6. Federal Business Opportunities - FedBizOpp.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6)). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required equipment. b.USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7)). After a thorough web search, no other systems were located that could meet the requirements. 8. Description of Market Research (FAR 6.303-2(a)(8)). USDA/ARS is constantly surveying the market and from this experience knows that the equipment is proprietary and is the only on that will fit Agency needs. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the proprietary nature of the item needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10)). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other vendors can meet the research requirements. So far none have been able to. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b)). I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12)). I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Karen L. Reddick Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-10-BB04/listing.html)
 
Place of Performance
Address: USDA-ARS, University of Missouri Delta Center, Portageville, Missouri, 63873, United States
Zip Code: 63873
 
Record
SN02208051-W 20100718/100716234623-9543588f4d510af7d12be08862828f42 (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.