Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOLICITATION NOTICE

37 -- John Deere R4023 Self- Propelled Sprayer

Notice Date
1/30/2023 8:17:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B23Q0048A
 
Response Due
2/3/2023 10:00:00 AM
 
Archive Date
02/18/2023
 
Point of Contact
Russel Coleman, Phone: 6626865259, Jovan Haynes
 
E-Mail Address
russel.coleman@usda.gov, jovan.haynes@ars.usda.gov
(russel.coleman@usda.gov, jovan.haynes@ars.usda.gov)
 
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. The solicitation number is 12405B23Q0048 and is issued as a request for quotation (RFQ). The NAICS code is 333111 � Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-06.� Any quotes not meeting the minimum specifications will not be considered.� New John Deere R4023 Self- Propelled Sprayer or equivalent to meet the following specifications: - Wheels must be set on 80� wheel centers to fit our crop row spacing - Self-propelled cab sprayer with air conditioner for making safe applications of pesticides� - Auto- steer ready � - Have hydrostatic drive to maintain the precise speeds under variable loads. -� Sprayer must be high clearance to be able to make in-season pesticide applications on taller crops�� with minimal damage to the crop - Have an engine horsepower of at least 150hp to be able to maintain a constant speed to make accurate applications across different tank loads and field conditions - Needs narrow wheels and crop shields on all the wheels and underframe to protect the crops and the machine - Four-wheel drive for traction control and cab suspension to allow for spraying in different soil conditions and tillage - 60/80 ft steel boom with nozzles spaced to 20� spacing with boom at the rear of the sprayer � -Be able to hydraulically fold the wings in to spray narrow fields or traveling to the field ������ - Electronic boom cutoffs to be able to spray just behind the machine or left/right boom wings - Be able to keep a constant gallon per acre output regardless of your ground speed by automatically adjusting chemical spray pressure - Have a 600-gallon volume spray tank to be able to spray large or small fields - Be able to add chemicals to the bulk tank safely from the ground to reduce risk of exposure to chemicals - Need to have a dealer in the area so that we will be able to have the equipment repaired or be able to purchase repair parts We have a Challenger MT-555-E Tractor JEJ60E22LA213K that we would like to trade as a trade-in. I have attached photos of the tractor and it can be viewed at the USDA-ARS Stoneville, MS location. Quotes are due: 2/3/2023 at 12:00pm CT Ship to address 141 Experiment Station Rd Stoneville, MS 38776 Bill to address is: Agricultural Research Service, Administrative and Financial Management SEA Area Administrative Office, Acquisitions & Personal Property/Fleet 2775 F&B ROAD COLLEGE STATION TX 77845 Technical POC: Russel Coleman 662-686-5259 russel.coleman@usda.gov All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency. 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, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. 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,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 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; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� 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.sam.gov.� 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 low price, technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 0800 central standard time, 2/3/2023 at 12:00 PM CT Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email. 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. The solicitation number is 12405B23Q0048 and is issued as a request for quotation (RFQ). The NAICS code is 333111 � Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-06.� Any quotes not meeting the minimum specifications will not be considered.� New John Deere R4023 Self- Propelled Sprayer or equivalent to meet the following specifications: - Wheels must be set on 80� wheel centers to fit our crop row spacing - Self-propelled cab sprayer with air conditioner for making safe applications of pesticides� - Auto- steer ready � - Have hydrostatic drive to maintain the precise speeds under variable loads. -� Sprayer must be high clearance to be able to make in-season pesticide applications on taller crops�� with minimal damage to the crop - Have an engine horsepower of at least 150hp to be able to maintain a constant speed to make accurate applications across different tank loads and field conditions - Needs narrow wheels and crop shields on all the wheels and underframe to protect the crops and the machine - Four-wheel drive for traction control and cab suspension to allow for spraying in different soil conditions and tillage - 60/80 ft steel boom with nozzles spaced to 20� spacing with boom at the rear of the sprayer � -Be able to hydraulically fold the wings in to spray narrow fields or traveling to the field ������ - Electronic boom cutoffs to be able to spray just behind the machine or left/right boom wings - Be able to keep a constant gallon per acre output regardless of your ground speed by automatically adjusting chemical spray pressure - Have a 600-gallon volume spray tank to be able to spray large or small fields - Be able to add chemicals to the bulk tank safely from the ground to reduce risk of exposure to chemicals - Need to have a dealer in the area so that we will be able to have the equipment repaired or be able to purchase repair parts We have a Challenger MT-555-E Tractor JEJ60E22LA213K that we would like to trade as a trade-in. I have attached photos of the tractor and it can be viewed at the USDA-ARS Stoneville, MS location. Quotes are due: 2/3/2023 at 12:00pm CT Ship to address 141 Experiment Station Rd Stoneville, MS 38776 Bill to address is: Agricultural Research Service, Administrative and Financial Management SEA Area Administrative Office, Acquisitions & Personal Property/Fleet 2775 F&B ROAD COLLEGE STATION TX 77845 Technical POC: Russel Coleman 662-686-5259 russel.coleman@usda.gov All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency. 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, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. 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,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 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; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� 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.sam.gov.� 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 low price, technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 0800 central standard time, 2/3/2023 at 12:00 PM CT Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d638383e8d624ecdb8b664ff34987d5b/view)
 
Place of Performance
Address: Stoneville, MS 38776, USA
Zip Code: 38776
Country: USA
 
Record
SN06576779-F 20230201/230130230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.