SOLICITATION NOTICE
37 -- Small Grain Plot Combine
- Notice Date
- 5/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, Georgia, 30605
- ZIP Code
- 30605
- Solicitation Number
- RFQ-013-4384-09
- Archive Date
- 7/3/2009
- Point of Contact
- Alan R. Moore, Phone: (706) 546-3530, Elaine J Wood, Phone: (706) 546-3534
- E-Mail Address
-
alan.moore@ars.usda.gov, elaine.wood@ars.usda.gov
(alan.moore@ars.usda.gov, elaine.wood@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-013-4384-09 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. The NAICS code applicable to this acquisition is 333111. The small business size standard is 500 employees. This procurement is set aside for small businesses. CLIN 1 - QTY 1 - plot combine with grain bin and associated conveyor CLIN 2 - QTY 1 - plot combine without grain bin and associated conveyor Either CLIN 1 or 2 will be awarded, but not both. USDA ARS has a requirement for a small grain plot combine for harvest of research plots of wheat, barley and oat. Critical characteristics of this equipment are as follows: • fuel type: diesel; engine: at least 50 horsepower; • hydrostatic transmission with front-wheel drive, forward/reverse speed operation for small-plot harvest, optional rear-wheel assist, easy-to-use operator controls for quick stop; • outer front- and rear-wheel track width of 60 inches or less, tires suitable for diverse soil conditions; • header: total width (adjustable) of 60 inches, with sickle-bar knife cutting width of 60 plus or minus 2 inches; auger/conveyor/feeder/reel operation to ensure quick delivery of grain and no seed carry-over between plots; operator height control of header; side crop dividers; crop lifter of lodged plants into thresher; • header reel: operator controls for speed and height, brushes on at least 1 reel bar, features to ensure delivery of lodged plants into cutter bar and thresher feeder areas; • operator controlled on/off controls for all moving header equipment; • threshing drum/cylinder with operator-controlled adjustments for speed and concave for cereal crops, variator with stepless adjustment of threshing drum speed up to 2100 rpm; operator-readable display for drum speed, concave, and fan speed control; operator access to ensure clean-out between plots/varieties and unplugging the drum/cylinder area, concave for cereal crops with deawner bars; • shaker/sieves suitable for separating grain of barley, oat, wheat, etc from chaff and other plant debris, with operator controls/access to ensure efficient clean-out between plots/varieties; • pneumatic grain delivery with cyclone and blower to bucket/bin with option of delivery to side-bagger which ensures 100% clean-out between plots/varieties; • bin capacity of about 15 bu (10 - 50 bu capacity acceptable); complete clean-out of grain; conveyor suitable for seed to empty bin; • side-bagger features to allow collection of grain in bags and storage of bags; • total length about 20 feet, total weight about 7,000 pounds (less total weight is preferred). Combine must be transportable using large pick-up truck and tow-type utility trailer; • lights for harvesting at night; • turning/parking brake system; • standard commercial warranty Delivery should be FOB Destination to Raleigh, NC. Delivery time is 60 days. Quoted price shall include all delivery costs. Equipment shall be prepped for operation at time of delivery. Evaluation will be made based on price and capability of equipment to meet specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. 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. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52-203-6 Alternate 1, 52.219-6, 52,219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, June 18, 2009. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Alan Moore, Contract Specialist, 706/546-3530. Secondary POC Elaine Wood, Contract Specialist, 706/546-3534. Faxed or emailed responses are not acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Offeror shall include references (including names and contact information for individuals familiar with the transaction) of three firms for which similar equipment was provided. The anticipated award date is June 25, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-013-4384-09/listing.html)
- Place of Performance
- Address: USDA ARS, 4116 Reedy Creek Rd, Building 178, Raleigh, North Carolina, 27607, United States
- Zip Code: 27607
- Zip Code: 27607
- Record
- SN01823426-W 20090522/090521002048-8f7427a7132418e3eabc1b05008f68c8 (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 |