Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

37 -- Full Eject Bale Press - Request for Quotation

Notice Date
5/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Marketing Service, Cotton Program DC, Room 2641, South Building, 1400 Independence Avenue, SW, Washington, District of Columbia, 20250
 
ZIP Code
20250
 
Solicitation Number
AG-4740-S-11-0007
 
Archive Date
6/1/2011
 
Point of Contact
Beverly S. Brown, Phone: 901-384-3099, ext. 3103
 
E-Mail Address
BeverlyS.Brown@usda.gov
(BeverlyS.Brown@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Diagram of Bale Press Room Statement of Work Request for Quotation READVERTISEMENT OF SOLICITATION AG-4740-S-11-0002. The United States Department of Agriculture (USDA), Agriculture Marketing Service (AMS), Cotton and Tobacco Programs, Lubbock Classing Office, 4316 Ironton, Lubbock, Texas 79407 has a requirement to purchase a full eject bale press and bale packaging system. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. Simplified acquisition procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 333111. The small business size standard is 500 employees, or less. The reference number for this effort is AG-4740-S-0007 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.acquisition.gov/Far/. This requirement consists of five (5) line items: CLIN 001-Removal and Disassembly of Old Bale Press; CLIN 002 - Full Eject Bale Press (Qty. 1); CLIN 003 - Installation of Full Eject Bale Press; CLIN 004 - Training on the Full Eject Bale Press; CLIN 005 - Bale Packaging System (Qty. 1); CLIN 006 - Installation of Bale Packaging System; CLIN 007 - Training on the Bale Packaging System. The Contractor shall supply the quantity of line items listed above, and in accordance with the attached Statement of Work. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror that is most advantageous to the Government. The period of performance for this contract is from date of award through September 30, 2011. A drawing is attached to provide general information about the bale press room and the location of the current bale press. A site visit was held on April 7, 2011 at 10:00 am CST at the Lubbock Classing Office, 4316 Ironton, Lubbock, Texas 79407. Please call Gerald Talkmitt or Kenny Day at 806-472-7621 if you plan to attend the site visit. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: 1) Past performance of manufacturer. The Government will use all available resources and information available in doing the evaluation for past performance; 2) Maintenance. The ability to demonstrate reliability and ease of maintenance for the bale press and bale packaging system; 3) Technical Specifications and Operation of the System. The operation of the system as demonstrated through drawings, operations and technical manuals that detail the operation and components of the bale press and bale packaging system; 4) Training, Technical Support and Warranty and 5) Price. In order to assess the offeror's ability to perform the required technical specifications and operation of system, the offeror shall submit with their proposal all drawings, operations and technical manuals that detail the operation and components of the bale press and bale packaging system. In order to assess the offeror's ability to provide maintenance of the bale press and bale packaging system, the offeror must provide information on their ability to demonstrate reliability and ease of maintenance. This should include a narrative of their experience in providing maintenance on the bale press and bale packaging systems. In order to assess the offeror's ability to provide training, technical support and warranty of the bale press, the offeror shall include a narrative or other documentation to describe the training to be provided for the bale press and bale packaging system as well as the warranty given via the manufacturer and/or the distributor. The offeror shall also include a narrative of their experience in providing technical support for the bale press. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or complete the hard copy contained in the attachment. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (2006) with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52-223-18 Contractor Policy to ban Text Messaging While Driving; 52.225-1 Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29 Terms for Financing of Purchases of Commercial Items; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) and 52.204-7 Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The provision 52.211-6 Name Brand or Equal applies to this acquisition. Quotations are due to the United States Department of Agriculture, AMS, Cotton and Tobacco Programs, 3275 Appling Road, Room 1, Memphis, TN 38133 by 1:00 PM CST, May 17, 2011. The assigned Contract Specialist is Beverly Brown. Mrs. Brown may be reached at BeverlyS.Brown@usda.gov, (901) 384-3099, ext. 3103. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Three completed and signed copies of the SF-1449 which contains a price for each line item, CLINS 001- 007. 2) A detailed narrative addressing the technical specifications as well as the services to be provided as requested above. 3) References as requested above. 4) A statement stating that the Offeror has read and has a clear understanding of the Statement of Work and the contract clauses/provisions stated in the Request for Quotations. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an Offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. ALL QUOTES MUST BE SUBMITTED IN WRITING. FAX AND E-MAILS OF QUOTES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/AMS/CPDC/AG-4740-S-11-0007/listing.html)
 
Place of Performance
Address: USDA, AMS, Cotton and Tobacco Programs, Lubbock Classing Office, 4316 Ironton, Lubbock, Texas, 79407, United States
Zip Code: 79407
 
Record
SN02439799-W 20110506/110504235031-a8f0633f575fb9b1cf2198765b7009b7 (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.