Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

37 -- Trailer Feed Mixer - FAR 52.212-3

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area, Area Office, 1001 Holleman Drive East, College Station, Texas, 77840, United States
 
ZIP Code
77840
 
Solicitation Number
AG-7MN1-S-10-AA25
 
Archive Date
10/10/2010
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; To be completed and returned with your bid if not registered in ORCA. 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. The solicitation number is AG-7MN1-S-10-AA25 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 423820, business size is 100 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-43. The USDA, Agricultural Research Service, Forage and Livestock Production Research Unit (FLPRU), El Reno, Oklahoma has a need for a Trailer Feed Mixer. The following will detail the specific requirements. It is the purpose of the following specifications to describe an industrial trailer feed mixer. The unit shall be of the Rotor & Auger Type with baled hay processing capability. The unit shall be on the manufacturer's current productions model, meeting or exceeding the terms of these specifications. Trailer Mixer Features : 1) Minimum 4 Bar Rotor Assembly; 2) 400-420 Cubic Feet Mixing Capacity; 3) 13-14 Feet Long Mixing Chamber; 4) 2 Tubs and Auger Bottoms 3/8" Minimum; 5) Top Auger with 3/8" Minimum; 6) Lower Auger with ½" Flighting Minimum; 7) 2 Cross Bar Assemblies; 8) 35" Minimum width Spout with Rubber Extensions & 2 Magnets; 9) 4-2 1/8" ½ of 1% Full Bridge Weight Bars & J-Box; 10) 2-Heavy Duty Recap Tires with 10 Bolt Wheels; 11) 5,000 lb Jack Stand; 12) Scale Battery Box (Battery Optional); 13) Enclosed Rear Oil Bath Drive; 14) Heavy Duty Bearings on Auger & Rotor Drive; 15) Flanged High Strength Splined Drive Shafts; 16) Heavy Duty High Strength Rotor & Auger Tubes; 17) Heavy Duty High Tensile Roller Chain; 18) Flanged Auger & Rotor Tubes on Drive End; 19) Hydraulic Operated Door & Spout; 20) Heavy Duty Tub Frame Single Axle Trailer; 21) 12,000 lb 3" Minimum Spindles with 10 Bolt Hubs; 22) Heavy Bolt on Clevis Hitch-Adjust for Height; 23) 540 RPM Drive Assembly; 24) 2 Scale Monitors with Remotes; 25) Top Mounted Hydraulic Hay Pan with Backstop Specifications & Dimensions : Tub Bottom, Auger Bottom: 3/8" Minimum 4 Bar Rotor Assembly Driveline: 540 RPM End Sheets: 7 Ga. Rotor Side: 10 Ga. Auger Sides: 7 Ga. Top Auger Flight: ¼"x20" OD Lower Auger Flight: ½"x20" OD Auger Drive-HT Roller Chain: #60, 80, 100 Rotor Drive-HT Roller Chain: #100 Top Auger Drive Shaft: 2 ½" Minimum Lower Auger Drive Shaft: 3" Minimum Rotor Drive Shaft: 3 ½" Minimum Minimum Overall Length-Mixer Only: 187 ½" Minimum Overall Width-Mixer Only: 100 ½" Maximum Overall Height on Trailer: 110" Price to include delivery to the USDA, ARS, FLPRU, 7207 W Cheyenne Street, El Reno, Oklahoma 73036. The Government requires delivery within 30 days so each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include descriptive literature in sufficient detail to evaluate their product against the above minimum specifications. A minimum of 3 references is required and must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references). The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at ; 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/far/index.html. Attached to this solicitation is a copy of the Provision at FAR 52.212-3 for your convenience. Contractors intending to conduct business with the Federal Government MUST register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register online at www.ccr.gov or by calling (866) 606-8220 or (334) 206-7828. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 4:30p.m., September 10, 2010. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SPAO/AG-7MN1-S-10-AA25/listing.html)
 
Place of Performance
Address: USDA, ARS, FLPRU, 7207 W Cheyenne Street, El Reno, Oklahoma, 73036, United States
Zip Code: 73036
 
Record
SN02248573-W 20100822/100820234943-601c16cc15421f2eaec5a4c454b28676 (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.