Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOLICITATION NOTICE

24 -- John Deere 5095M Tractor, or comparable

Notice Date
3/2/2026 10:49:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA26Q0187
 
Response Due
3/6/2026 2:00:00 PM
 
Archive Date
03/21/2026
 
Point of Contact
Richard Hawthorne
 
E-Mail Address
richard.hawthorne@usda.gov
(richard.hawthorne@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. Solicitation number 1232SA26Q0187 is issued as a Request for Quotation (RFQ) for a Tractor, John Deere 5095M, or comparable. This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The applicable North American Industry Classification Standard Code is 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing. The small business size standard is 1500 employees This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency. See �Combined Synopsis Solicitation 1232SA26Q0187� for applicable clauses, instructions, and evaluation criteria. Statement of Requirement John Deere 5095M tractor, or comparable, that meets the following: 90 hp minimum Four-wheel drive 3 speed PTO Closed cab with AC, heating, and air filter. 3100lb lift capacity of 3-point hitch 3 mechanical stackable rear hydraulic ports/remotes/SCVs. At least 1 of the ports and ideally two ports, that can be set for continuous flow is the most important � (D10 option, per Seeder specs) 2 stackable mid hydraulics/remotes/SCVs with mechanical joystick control Creeper option to drive slowly Integrated autosteer system. Due to the potential for inaccuracy, an aftermarket autosteer system will not be acceptable. RTK with AgLeader or John Deere, or comparable GPS system. Comparable GPS must be compatible with existing fleet of RTK tractors and StarFire base station. Plot Manager: GGA string should be provided at least 5 times per second (5 Hz) RMC string should be provided at least 5 times per second (5 Hz) GSA string should be provided once per second (1 Hz) Ability to track and map to sub-inch accuracy Minimum baud rate of 57,600, with higher ideal The NEMA output on the GPS receiver needs to be output via a 9-pin RS232 serial cable Delivery Information F.o.b. destination, is requested as the F.O.B. point for all deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND estimated shipping costs are included. The USDA requires delivery of all items within 60 days of award. Early deliveries will be accepted. Shipping Instructions: Items shall be shipped to the following address: USDA � ARS - Arlington Research Station N695 Hopkins Rd Arlington, WI 53911 Award Type It is anticipated that a firm-fixed price contract will be awarded as a result of this synopsis/solicitation. The Government intends to make one award from this solicitation. Therefore, to be considered responsive, contractors must submit pricing for all items. Evaluation and Basis for Award The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 12.203 based on the criteria listed below. Award will be made to the offeror representing the best value to the Government. The Government will conduct a comparative evaluation of quotes to select the Contractor that is best suited to fulfill the requirement. The evaluation factors are: Price and Technical Capability. The Government reserves the right to select a quote that represents a superior technical solution, even if it is not the lowest priced. Submission Requirements: To be considered, provide a quote on company letterhead including: Vendor Details: SAM.gov UEI Number. Technical Documentation: Descriptive material and a ""meets/does not meet"" statement for the minimum specifications. Pricing: Unit price and total price (including all shipping/delivery costs). Timeline: Estimated lead time/delivery date. Validity: Quote must be valid for at least 60 days. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Please ensure all email correspondence includes the solicitation number in the subject line. Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration. QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, March 5th, 2026. Questions will only be accepted via email and WILL NOT be answered if received after this date/time. QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 5:00 p. m. ET, March 6th, 2026. Delivery Address: USDA � ARS - Arlington Research Station N695 Hopkins Rd Arlington, WI 53911
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6522467a7ed44ca6b122be62c07fb37c/view)
 
Place of Performance
Address: Arlington, WI 53911, USA
Zip Code: 53911
Country: USA
 
Record
SN07731202-F 20260304/260302230039 (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!  © 1994-2026, Loren Data Corp.