Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
MODIFICATION

24 -- Field Tractor for Soybean Rust Research

Notice Date
5/25/2006
 
Notice Type
Modification
 
NAICS
111110 — Soybean Farming
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801
 
ZIP Code
61801
 
Solicitation Number
6-3611-105-00744
 
Response Due
6/26/2006
 
Archive Date
7/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 01 posted 5/25/06 General Information is amended to change the NAICS Code from 111110 to 333111 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 written solicitation will not be issued. Solicitation No. 40-518P-6-0010 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-07. The NAICS code applicable to this solicitation is 333111. The USDA, ARS, MWA, Soybean/Maize Germplasm Pathology Genetics Research Unit, Urbana, IL has a requirement/need for a field tractor to be used primarily for applying fungicides in controlling soybean rust in research plots. The requested item will be used to apply fungicides and test the fungicides and the various spraying methods. We currently have all the spray equipment but do not have a tractor to attach the equipment to. THE SALIENT CHARACTERISTICS ARE: The equipment must meet or exceed the following minimum specifications: 1. 55-60 horse power, sufficient to run the equipment so it does not compact the soil 2. diesel engine 3. 2-wheel drive. 4. charcoal filter cab to filter pesticides and protect operator 5. cab entry on left and right side to access either side when spraying on left or right 6. large wheel, 15.5-38 wheels to provide necessary clearance when spraying fungicides 5. 3 pairs of hydraulic valves to operate all equipment in the event other functions are needed in future years 7. rock shaft with telescoping link 12v power strip at rear with 6 outlets, necessary for control of spraying 8. speedometer for consistent applications, calibrated by 0.1 mph and wheel or transmission based rather than engine rpm based 8. weatherband radio 9. 24 forward speed transmission to provide precise control for consistant spray rates 9. hydraulic powershift between forward and reverse for maneuverability in small plot applications 10. 3-point hitch with category II exterior remote control to allow one individual to hook up equipment 11. 90 amp alternator to run electronic air compressor DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Proposal); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. FAR 52.2222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNET.gov/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, unit price, and extended price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far/loadmainre.html. DELIVERY TO: USDA/ARS, Urbana, IL 61801. PROPOSAL PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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's requirement including delivery date; (ii) past performance; and (iii) price (based on FOB Destination), technical and past performance are more important than price. EVALUATIONS & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All proposals will be rated by comparing descriptive literature against the salient characteristics. B) Delivery/Installation. C) Training, D) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish proposals to Randa Plotner, no later than 2:00 pm on June 26, 2006. Proposals and other requested documents may be provided by facsimile to (217)244-7703 or to e-mail address: rhamm@uiuc.edu if desired. Additional information may be obtained by contacting the Contracting Officer below. Randa Plotner, Purchasing Agent USDA/ARS 1101 W. Peabody Drive Room 180 Urbana, IL 61801 Phone: 217-244-3262 Fax: 217-244-7703 e-mail: rhamm@uiuc.edu
 
Place of Performance
Address: USDA/ARS, Dr. Glen L. Hartman, and Dr. David Walker, C/O University of Illinois, Crop Research and Education, St. Mary's Road, Urbana, IL
Zip Code: 61801
Country: USA
 
Record
SN01056996-W 20060527/060525220306 (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.