Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOLICITATION NOTICE

W -- Lease/Rental of a Tractor with Front End Loader

Notice Date
1/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SD18RFQMD02
 
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
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 1232SD18RFQMD02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 333111 and business size is 1,250 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-96. The USDA, ARS, Southern Plains Range Research Station (SPRRS), Woodward, OK has the need to lease/rental with option to purchase a new agricultural tractor with loader. The Government intends to award a firm fixed price purchase order for a term of 1 year with one 1-year option. The tractor must meet or exceed the following minimum specifications. New Tractor with Loader Minimum Specifications: 1.Engine to have a minimum net horsepower of 175 at the manufacture's recommended rpm. 2.Engine to have 6 cylinders high pressure common rail turbocharged water cooled, diesel, 4 valves per cylinder, wet sleeve cylinder liners, and cold starting aids. IT4 emissions compliant. 3.PTO to have a minimum net horsepower of 140 at the manufacture's recommended rpm. 4.The tractor will use diesel as fuel and have a minimum tank capacity of 85 gallons. 5.Fuel moisture separator required. 6.The tractor must have a hydraulic oil flow of a minimum of 40 gallons per minute. 7.Have a transmission with 20F/20R with 5 ranges and 4 powershiftable gears within each range. An optional transmission would be an infinitely variable speed transmission. 8.Mechanical drive front axle. 9.Hydrostatic steering. 10.Tractor to be a full-frame design 11.Category III, 3-point hitch with draft control including: 2 telescoping lower links with stabilizers or anti-sway bars and two remote raise/lower controls. 12.Draft sensing on lower link required. 13.PTO with guard including 540 and 1,000 rpm with a reversible shaft and an independent safety guard. Dry cavity required to eliminate oil loss during PTO change. 14.PTO clutch to be a wet-pack type with multiple disks and an electro-hydraulic engagement. a.A 2-stage clutch is unacceptable. b.Further, PTO to have both audible and visual warning system to alert the operator when they leave the seat with the PTO engaged. 15.Brakes to be hydraulically actuated wet disks with integrated park-lock system. 16.Direction reverser on left side of steering column that operates without engaging the clutch. 17.Tractor to include the manufactures standard lighting systems including instrument gauges and panel, warning lights, oil pressure, alternator, and PTO engagement. 18.Final drive to be planetary. 19.Vertical exhausts stack with a 90 degree spout or a rain cap. 20.Differential lock required. 21.Twelve-volt electrical system with key start. 22.Both hand and foot throttles 23.Warning lights required. 24.Three hydraulic remotes with dust covers. 25.Factory installed joystick control with 2 function mid-mount valve for loader operation. 26.Cab with air conditioning and heater, console mounted transmission levers. Rear hitch and drawbar are clearly visible when operator is seated. 27.Air suspension seat with seat belt. 28.Rank-and-pinion rear axle. 29.Electronic control center to monitor and adjust tractor functions. 30.An unballasted weight of 15,500 pounds minimum shipping weight with factory standard equipment. 31.SMV equipped 32.Tractor to contain all equipment as advertised as standard by the manufacture. 33.Loader is to be a 2 functioning non self-leveling unit. 34.Quick change bucket with global/euro style attaching parts. 35.Loader parking stands integrated into loader frame for loader removal. 36.Loader lifts capacity at full measured height of 5,300 pounds. 37.Loader lifts capacity at 59" of 6,500 pounds. 38.Loader to have a minimum lift of 174 inches. 39.Minimum loader cycle times of 4.2 seconds to raised, 2.5 seconds to lower, 2.1 seconds to dump, and 2.0 seconds to rollback. 40.Loader should be same brand as tractor. Lease Requirements and Specifications 1.Lease to be 2-years with an option to buy. 2.Unit to contain the standard 2-year warranty or 2,000 hours per years, whichever comes first. 3.Lease to allow up to 400 hours per year. 4.Dealer to complete warranty work to located within 50 miles of the Southern Plains Experimental Range. 5.When any warranty work is required where the equipment must be transport to the Authorized Factory Dealer it will be the responsibility of the Dealer for pickup and delivery of the equipment. 6.The vender will be responsible for delivery and setup and training of Southern Plains Experimental Range personnel. Line Item Schedule CLIN001-Base Year: Date of delivery/acceptance through 12 month Lease/Rental. CLIN002-Option Year 1: 12 months Lease/Rental. CLIN003-Optional purchase price at the end of 24 month lease Please price the base and option years as separate line items. The Government prefers to pay quarterly in arrears but monthly is acceptable, please specify in your proposal. Price to include delivery, setup and training (FOB Destination) to the USDA, ARS, PA SPRRS, 2000 18th St., Woodward Oklahoma 73801. THE REQUIRED DELIVERY TO THE SITE IS 2/28/2018 or sooner if possible. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. On company letterhead, quoters shall submit a firm-fixed price quote and a technical proposal that demonstrates the product(s) proposed meets the requirements of the Specifications/Statement of work. MAKE SURE your Price is provided separately from your Technical proposal. Quoter shall clearly demonstrate its approach to technical ability to meet the requirements of the Specifications/Statement of Work, quality, warranty and timeliness of delivery. Include literature sufficient to determine conformance of the equipment to meet or exceed the technical requirements. Provide three (3) references supporting the ability to deliver and install the items on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. Quoters should send past performance information in the form of a list of references so the Contracting Officer can confirm a quoters ability to deliver. Government references are preferred but will accept commercial references. Failure to provide the required information in the requested format may result in quotes not being considered for award. The Government intends to award a Best Value. The significant evaluation factors, in the relative order of importance, are technical capability, past performance, and price (based on F.O.B. Destination). Technical Capability and past performance, when combined, are more important when compared to price. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity-Separately Priced Items; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.233-3, Protest after award, 52.212-2 Evaluation-Commercial Items (Are attached for your reference); 52.212-2 EVALUATION-COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, (1) technical capability of the item offered to meet or exceed the Government requirement, (2) past performance, and (3) price (based on FOB Destination), where technical capability and past performance, when combined, are more important than price.; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this quote; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential quoters will be responsible for downloading their own copy of these documents (if any). It is the quoters responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. 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/notices/b5a18474cd010215009ec8ab72ecd078)
 
Place of Performance
Address: USDA, ARS, PA, SPRRS, 2000 18th St., Woodward, Oklahoma, 73801, United States
Zip Code: 73801
 
Record
SN04788875-W 20180114/180112230741-b5a18474cd010215009ec8ab72ecd078 (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.