Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

24 -- LEASE AND MAINTENANCE OF 13 AGRICULTURAL TRACTORS - ATTACHMENTS TO SOLICITATION

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444210 — Outdoor Power Equipment Stores
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-13-0032
 
Archive Date
9/20/2013
 
Point of Contact
LISA BOTELLA, Phone: 2152336555, Lori A. Faber, Phone: 3096816610
 
E-Mail Address
LISA.BOTELLA@ARS.USDA.GOV, lori.faber@ars.usda.gov
(LISA.BOTELLA@ARS.USDA.GOV, lori.faber@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 2 - STATMENT OF WORK ATTACHMENT 1 - SF-1449 ADDENDA AND SCHEDULE OF ITEMS ATTACHMENT 7 - SCA WAGE DETERMINATION NO. 2005-2103, REV. NO. 13, DATED 06/19/2013 ATTACHMENT 6 - FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERICAL ITEMS (AUG 2013) ATTACHMENT 5 - AGAR ADVISORY 104 (CERTIFICATIONS) ATTACHMENT 4 - FAR 52-212-3 REPRESENTATIONS AND CERTIFICAITIONS ATTACHMENT 3 - TABLE 1 - TRACTOR SPECIFICATIONS; TABLE 2 - LOADER SPECIFICATIONS; TABLE 3 - TRACTOR USAGE DATA. 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; proposal are being requested and a written solicitation will not be issued: This solicitation (number AG-32SC-C-13-0032) is hereby issued as a Request for Proposal (RFP) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-69 dated August 1, 2013). This solicitation is being issued on an unrestricted basis. The applicable NAICS code and size standard for this application is 444210 and not greater than $7.0 Million Dollars. All responsible sources may submit a proposal which shall be considered by the agency. OBJECTIVES - The United States Department of Agriculture, Agricultural Research Services located in Beltsville, MD requires 12 tractors for agricultural use with horsepower (HP) ranging from 60 to 175 Power Take-Off (PTO). Four of the tractors are required to have front-end loaders. Tractors are used in the cultivation of experimental crops, production of feed for experimental livestock, and related activities. Agricultural operations include, but are not limited to soil preparation, cultivation, spraying, mowing, harvesting, materials handling, etc. The contractor is also required to provide maintenance of the tractors. This requirement is for a six month lease with four (4), one-year option renewals. This action is pending availability of funding. AGAR 452-211-5, PERIOD OF PERFORMANCE - The Base period of performance is October 1, or date of award, whichever is later through March 31, 2014. Option 1 period of performance is April 1, 2014 through March 31, 2015. Option 2 period of performance is April 1, 2015 through March 31, 2016. Option 3 period of performance is April 1, 2016 through March 31, 2017. Option 4 period of performance is April 1, 2017 through March 31, 2018. A.1 Schedule of Items - See SF-1449 ADDENDA - Attachment 1: Line Item 01 - Base - Delivery and Set-Up Charges for all Items - SCHEDULE OF ITEMS AND PRICE - PERIOD OF PERFORMANCE - The Base period of performance is October 1, or date of award, whichever is later through March 31, 2014. TOTAL DELIVERY/SET-UP CHARGES ALL ITEMS: $ ______. Line item 02 - Base - Lease 13 tractors per the attached specifications, QTY: 6 MOS, TOTAL LEASE BASE PERIOD PRICE: $_____. Line Item 03 - Option 1 - Lease 13 tractors per the attached specifications, QTY 12 MOS, TOTAL LEASE - OPTION 1 PERIOD PRICE $____. See Statement of Work (Attachment 2) and Specifications for Tractors - (Attachment 3 - Table 1) Loader Attachments and (Attachment 3 - Table 2) Tractor Usage Information (Attachment 3 - Table 3). Option 1 period of performance is April 1, 2014 through March 31, 2015. Line Item 04 - Option 2 - Lease 13 tractors per the attached specifications, QTY 12 MOS, TOTAL LEASE -OPTION 2 PERIOD PRICE: $____. See Statement of Work (Attachment 2) and Specifications for Tractors - (Attachment 3 - Table 1) Loader Attachments and (Attachment 3 - Table 2) Tractor Usage Information (Attachment 3 - Table 3). Option 2 period of performance is April 1, 2015 through March 31, 2016. Line Item 05 - Option 3 - Lease 13 tractors per the attached specifications, QTY 12 MOS, TOTAL LEASE - OPTON 3 PERIOD PRICE: $____. See Statement of Work (Attachment 2) and Specifications for Tractors - (Attachment 3 - Table 1) Loader Attachments and (Attachment 3 - Table 2) Tractor Usage Information (Attachment 3 - Table 3). Option 3 period of performance is April 1, 2016 through March 31, 2017. Line Item 06 - Option 4 - Lease 13 tractors per the attached specifications, QTY 12 MOS, TOTAL LEASE -OPTION 3 PERIOND PRICE: $____. See Statement of Work (Attachment 2) and Specifications for Tractors - (Attachment 3 - Table 1) Loader Attachments and (Attachment 3 - Table 2) Tractor Usage Information (Attachment 3 - Table 3). Option 4 period of performance is April 1, 2017 through March 31, 2018. Contractor is requested to price on ALL LINE ITEMS or NONE. One or more of the items under this acquisition is subject to Free Trade Agreements. 52.211-9 DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) - (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - [Contracting Officer insert specific details] ITEM NO. QUANTITY ON OR BEFORE: 001 AS STATED IN SCHEDULE ABOVE APRIL 1, 2014 002 AS STATED IN SCHEDULE ABOVE APRIL 1, 2014 If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - [Contracting Officer insert specific details] ITEM NO. QUANTITY ON OR BEFORE: 001 AS STATED IN SCHEDULE ABOVE APRIL 1, 2014 002 AS STATED IN SCHEDULE ABOVE APRIL 1, 2014 Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply.   OFFEROR'S PROPOSED DELIVERY SCHEDULE: ITEM NO. QUANTITY ON OR BEFORE: 001 002 (b) The delivery dates or specific periods above are based on the assumption that the Government will make award on or about October 7, 2013, pending availability of funds. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the USDA, ARS, Research Services, 10300 Baltimore Avenue, BARC-East, Bldg. 177C, Beltsville, MD 20705, and identified with the contract number not later than APRIL 1, 2014. Delivery shall be between the hours of 8:00 a.m. to 2:30 p.m., Monday through Friday, excl. Federal holidays. The Contractor shall provide the addressee advance notification of delivery. Such notice shall be provided in writing, not less than two (2) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to the COR prior to actual delivery. Collect calls will not be accepted. The following documents are attached: Attachment 1 - SF-1449 - Addenda and Schedule of Items. Attachment 2 - Table 1 - Statement of Work Attachment 3 - Table 1 -Tractor Specifications; Table 2 - Loader Specifications; Table 3 - Tractor Usage Data. Attachment 4 - FAR 52.212-3 Certifications and Representations. Attachment 5 - AGAR ADVISORY 104 (CERTIFICATIONS). Attachment 6 - FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. Attachment 7 - SCA WAGE RATE No. 2005-2103, Rev. 13 dated 06/19/2013. 52.252 1 Solicitation Provisions Incorporated by Reference. (FEB 1988) Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ or http://www.usda.gov/procurement/policy/agar.html. 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and includes: 52.202-1; 52.203-16; 52.208-4; 52.208-5; 52.208-6; 52.208-7; 52.209-2; 52.209-6; 52.209-7; 52.212-1;52.212-4; 52.212-5; 52.214-21; 52.217-5; 52.217-8 (with 30 calendar days prior to expiration of the contract (including any options).; 52.217-9 (with 30 calendar days/30 calendar days/five (5) years); 52.214-31; 52.217-8; 52.222-20; 52.223-18; 52.225-2; 52.225-8; 52.225-25; 52.228-5; 52.232-1; 52.232-18; 52.232-19; 52.233-2; 52.237-2; 52.242-13; 52.246-16; 52.247-64; 52.252-5; 52.252-6; AGAR 452.211-72. AGAR 452.211 71 EQUAL PRODUCTS OFFERED (NOV 1996)-(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Include: Contract Line Item Number (if any); Brand Name or Equal Product identified by the Government in this solicitation; Offered Product Name; Catalog Description or part number; Manufacturer's Name; and Manufacturer's Address. (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. AGAR 452.211-74 PERIOD OF PERFORMANCE - The period of performance of this contract is as follows: Base Period - October 1, 2013, or date of award, whichever is later, through March 31, 2014. Option 1 - April 1, 2014 through March 31, 2015. Option 2 - April 1, 2015 through March 31, 2016. Option 3 - April 1, 2016 through March 31, 2017. Option 4 - April 1, 2017 through March 31, 2018. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm - PART 1194. The following standards have been determined to be applicable to this contract: 1194.21 Software applications and operating systems; 1194.24 Video and multimedia products; 1194.25 Self contained, closed products; 1194.41 Information, documentation, and support. CONTRACT ADMINISTRATIVE DATA - Contracting Officer: The Contracting Officer (CO) has the overall responsibility for the administration of this contract. She alone, without delegation, is authorized to take actions on behalf of the Government to: amend/modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payment for nonperformance, or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. The Contracting Officer for this contract is: Lori Faber, Lori.faber@ars.usda.gov, Telephone: 309-681-6610. The CO may delegate upon written notice the administration for this contract to a Contract Specialist. The Contract Specialist for this contract is: Lisa Botella, lisa.botella@ars.usda.gov, Telephone: 215-233-6555. Contracting Officer's Technical Representative (COTR) - The responsibilities of the COTR include, but are not limited to: determining the adequacy of the performance by the Contractor in accordance with the terms and conditions of this contract; acting as the Government's representative in charge of work at the BARC site; and ensuring compliance with contract requirement insofar as work is concerned. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Listed below are all the factors that will be considered: Technical capability, past performance and price. Award will be made to the offeror offering the "best value" to the Government, price and the identified "technical factors" considered. All of the technical factors combined are significantly more important than price, however, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection. 1. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on Descriptive Literature, technical features, and warranty provisions and price lists. Each offeror is required to furnish information for each item, accessory or component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/or exceeds each specification requirements in Attachment 1, 2 and 3. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor's and Government Project Officers and Contracting Officers. 2. Contract number, type, items purchased, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. PLEASE NOTE: Past performance will only be checked on the technically acceptable offer offering the best value to the Government. 3. PRICE - Price includes all supplies, parts, materials, transportation, and travel to deliver, assemble and maintain the tractors, supervision, delivery, warranty costs, any discount terms, options. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items - Attachment 4. AGAR ADVISORY 104 - Attachment 5 - Notification of recent award prohibitions: As contained in USDA-ARS Fiscal Year 2012 Appropriations Act regarding corporate felony convictions and corporate tax delinquencies, no awards may be made to any corporation (for profit or non-profit) that has a tax delinquency or felony conviction as defined in the Appropriations Act and described in the attached representation. AGAR 452.209 - 70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012). AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS. FAR 52.212-4 Instructions to Offerors is included by reference and modified with ADDENDA TO FAR 52.212-4 as follows: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer's Representative (COR) will inspect and accept the equipment and services and associated supplies provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Research Services, 10300 Baltimore Avenue, BARC-East, Bldg. 177C, Beltsville, MD 20705. 2. Item (g) Invoice is amended to include the following: The contractor shall, at a minimum, include the following information to comply with the proper Invoice submission procedures identified in FAR 52.212-4: The original invoice shall be submitted monthly in arrears. In accordance with FAR 52.208-4 and 52.208-5, a daily adjustment will be made by the Contractor on the invoice for any tractor taken out of service during the invoice period. The Contractor shall list the deduction separately by vehicle and serial number, days out of service, daily rate times the number of day, and total amount of the deduction. The following information is required: Name and address of Contractor; Invoice date and number; Contract number, contract line item number; Description, quantity, unit of measure, unit price, and extended price of the items delivered (if applicable); Shipping number and date of shipment or dates the services were provided; Terms of any discount for prompt payment offered; Name and address of official to whom payment is to be sent ((VID Number); Name, title, and phone number of person to notify in event of defective invoice; Taxpayer Identification Number (TIN). NOTE: INVOICES THAT DO NOT CONTAIN ALL PROPER INFORMATION DESCRIBED ABOVE WILL BE RETURNED TO THE CONTRACTOR FOR CORRECTION, RE-DATING AND RESUBMISSION OF THE INVOICE AND TO THE OFFICE FOR PAYMENTS. The Invoice shall be mailed to: USDA, ARS, EBSC CONTRACTING OFFICE, 600 E. MERMAID LANE, Rm. 2024, WYNDMOOR, PA 19038, ATTN: LISA BOTELLA. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders is included by reference and includes the following clauses with Addenda to FAR 52.212-5 (Attachment 6): 52.203-6, Alt.1; 52.204-10; 52.209-9; 52.209-10; 52-219-4; 52.219-6; 52.222-3; 52.222-19; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-15; 52.225-5; 52.225-13; 52.232-33; 52.246-16. The Service Contract Act and the following clauses FAR 42.252.41 Service Contract Act of1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); and 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) apply to the maintenance portion only. (See Attachment - 7). FAR 52.212-1, Instructions to Offerors-Commercial Items is included by reference with ADDENDA TO FAR CLAUSE 52.212-1: Item (b) Submission of Offers is amended to include the following: Your proposal including the Schedule of Items (Attachment 1); acknowledgment of amendments (if any); Information at AGAR 452.211 71 EQUAL PRODUCTS OFFERED (NOV 1996) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Include: Contract Line Item Number (if any); Brand Name or Equal Product identified by the Government in this solicitation; Offered Product Name; Catalog Description or part number; Manufacturer's Name; and Manufacturer's Address. Descriptive Literature and price list; Warranty; Certifications and Representations at: a) FAR 52.212-3 (Attachment 4) and b) AGAR Advisory 104 (Attachment 5); FAR 52.211-9 (if applicable) and the Evaluation Information at 52.212-2. Submit the above information to: Lisa M. Botella, USDA, ARS, EBSC Contracting Office, 600 East Mermaid Lane, Rm. 2024, Wyndmoor, PA 19038; or by email at lisa.botella@ars.usda.gov or by Fax 215-836-6919 not later than September 5, 2013 at 2:00 p.m. EST. Item (c) Period for acceptance of offers is amended to: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Contract Office Address: USDA, ARS, EBSC, 1815 North University Street, Peoria, IL 61604.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59d1c3d69803a560983cb2db8e0aab9b)
 
Place of Performance
Address: USDA, ARS, 10300 BALTIMORE AVENUE, BARC-EAST, BLDG. 177C, BELTSVILLE, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN03150196-W 20130817/130815235433-59d1c3d69803a560983cb2db8e0aab9b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.