SOLICITATION NOTICE
24 -- Biodiesel Farm Tractor - SF1449
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Pasture Systems & Watershed Mgmt Research Unit, Curtin Road, University Park, Pennsylvania, 16802-3702, United States
- ZIP Code
- 16802-3702
- Solicitation Number
- AG2415090003
- Archive Date
- 10/3/2009
- Point of Contact
- KAREN GARDNER, Phone: 814-863-0928, Lisa Botella, Phone: 215-233-6555
- E-Mail Address
-
karen.gardner@ars.usda.gov, Lisa.Botella@ars.usda.gov
(karen.gardner@ars.usda.gov, Lisa.Botella@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF1449-RFQ The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, and accessories to furnish and deliver a New Holland (T6070) All Purpose Agriculture Tractor and accessories(or equivalent) and a New Holland (850TL) Loader and accessories(or equivalent), with options for an Elbett Straight Vegetable Oil (SVO) Conversion Kit (90010050)(or equivalent) and installation to the USDA, Agricultural Research Service (ARS), Pasture Systems and Watershed Management Research Unit (PSWMRU), Bldg 3702 Curtin Road field site located in Klingerstown, Pennsylvania in accordance with the terms and conditions contained in this document. The USDA, ARS, PSWMRU will use this equipment for field research related to nutrient management and cropping system trials evaluating the sustainability of biodiesel and straight vegetable oil engines for use on mid-Atlantic and northeastern livestock farms. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 be issued. The Solicitation number AG-2415-09-0003 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This procurement is Set Aside 100% for Small Business. The NAICS is 333111 with a size standard of 500 employees. Any documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS – Brand Name or equal – ITEM 01, New Holland All Purpose Tractor and Accessories (Model T6070 Elite series); QTY:1; UNIT: EA; UNIT PRICE: $____; Brand Name or equal - ITEM 02, New Holland Loader and accessories(Model 850TL); QTY: 1; UNIT: EA; UNIT PRICE: $____; Brand Name or equal OPTION ITEM 3, Elsbett SVO Conversion Kit (90010050) QTY: 1; UNIT: EA; UNIT PRICE: $_____; OPTION ITEM 4:, Installation of Elsbett SVO Conversion Kit (90010050) QTY: 1; UNIT: JB; UNIT PRICE: $____. AMOUNT:$___. Training, Start up and warranty are required. ALL THIS FOR A TOTAL OF $. Delivery is FOB Destination. TECHNICAL SPECIFICATIONS: LINE ITEM 01: A New Holland Elite Series All Purpose Tractor,Model T6070 (or equivalent) with the following specifications: 120PTO HP, MFWD, Cab w/Heat & A/C, Powershift Transmission and Powerboost; 2) Supersteer Front Axle; 3) Cold weather package including Engine Block Heater; 4) Standard duty 98” Bar type rear axles; 5) Buddy/instructor seat; 6) Front fenders; 7) Three sets Electro-Hydraulic Mid-Mount remote valves for loader functions; 8) Two R1W Radial Front tires; 9) Two R1W Radial 18.4R38 Liquid Ballast filled Rear Tires; 10) Three sets of rear hydraulic Remote Valves; 11) Deluxe cab including power mirrors, electro-hydraulic rear remotes and climate control; 12) Suspended Cab; 13) Transmission with 18 forward, 6 reverse speeds and power shuttle; 14) Electronic battery isolation; 15) Rear loader mount frame 16)Front Weight Kit w/10pak Line Item 2) New Holland 850TL Front Loader (or equivalent) with the following specifications: 1) Mechanical Self-Leveling; 2) Auxiliary hydraulic outlet; 3) Electronic Joystick Control; 4) Grille Guard; 5) 48” Pallet Forks w/Frame; 6) QA 95” Bucket Line Item 3) 1-day on-site training for one person Option Line Item 4) Extended Warranty on Tractor (pending availability of funding) Option Line Item 5) Extended Warranty on Loader (pending availability of funding Option Line Item 6) Elsbett SVO Conversion Kit No. 90010050 (or equivalent)with the following specifications: installed redundant system with built in backup strategies for fuel flow; hybrid converter without electro-magnetic valves; Exhaust gas based load control module; integrated system controller & operator unit; additional fuel tank, if required for conversion, and an fuel gauge for the additional fuel tank should be integrated in the operator control unit; electronic data logger for collecting operational data of the system; compensation feature that increases the common rail pressure; capable of being installed on a New Holland T6070 Tractor; ability to operate SVO converted tractor without precluding operation of front end loader (pending availability of funding) Option Line Item 7) Installation of Elsbett SVO Conversion Kit on New Holland Elite Series T6070 All Purpose Tractor(pending availability of funding) CONTRACTOR’S BRAND NAME AND INFORMATION AND LITERATURE – Offeror’s are required to identify the brands and type of equipment offered in the space below: ITEM DESCRIPTION: ______; BRAND NAME: _________; MAKE/MODEL: ______. The Contractor shall provide one set of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE The following standards apply to this acquisition: 1194.21, 1194.22, 1194.25 APPLY DELIVERY INFORMATION - The Contractor shall furnish, deliver and offload the equipment with all the items listed in the Schedule. Delivery shall be to the USDA, ARS, Pasture Systems and Watershed Management Research Unit (PSWMRU), 31 Watershed Road, Klingerstown, PA 17951. Item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday (excluding Federal holidays) within one hundred eighty (180) days after receipt of the order. All shipments shall identify the purchase order number on the label. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the accessories and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause to the delivery address above. WARRANTY - The Contractor shall provide a two-year or 2000 hour, on-site, non-consumable parts and labor warranty for all Tractor systems and accessories. The Contractor shall provide a one-year non-consumable Parts and Labor on the Loader and SVO system. The warranty begins from the acceptance date by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE CONTRACT The Contractor shall provide copies of their extended service contracts, price list and identify if a cost reduction is available when purchased with the equipment for the items 01, 02 and 03. Item 3 is pending availability of funds in accordance with FAR 52.232-18 and 52.232-19. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, maintenance manuals, lubrication and service instructions to the COR upon delivery of the equipment. All documentation shall include the P.O. number. Final payment shall not be made unless and until such documentation is received and accepted by the TR. INSTALLATION AND START-UP: Start up of Tractor, Loader, accessories and Options, as purchased. Contractor shall provide all start up operation so equipment is fully functional within one day of delivery. Installation of Option item of SVO Conversion kit on the Tractor – The Contractor will contact the COTR for dates of availability of the equipment. The government will provide the tractor within one week after notification. The Contractor will install SVO option within 60 days of receipt of tractor. If the SVO conversion and installation option are purchased at with the tractor, delivery shall not exceed 180 days. GOVERNMENT FURNISHED PROPERTY Balzer 2250 Gallon Manure Spreader, estimated weight 12,000 lbs. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition and is amended as follows: 1. Item (b) Submission of Offers is amended to include the following: Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, 30b and 30c; the Schedule of Items and provide information required in the following Sections: Contractor's Brand Name and Information; Descriptive Literature and price list; Warranty; Documentation; Other Offeror's Information, Evaluation Information, Pricing Data, and the Certifications at FAR 52.212-3 (Alt I and Alt II) to Karen Gardner, USDA, ARS, NAA, PSWMRU, Contracting Office, Building 3702 Curtin Road, University Park, PA 16802. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2.Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 120 days after offer due date. 3.OTHER OFFEROR'S INFORMATION: A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). 4. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. a)The Government will award a contract resulting from this solicitation to the responsible offeror offering the "best value" to the Government, price and the identified "technical factors" considered. All of the technical factors combined are significantly more important than price, however, in the event that offerors are considered essentially equal in terms of technical competence price may become the determining factor in contract selection. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement; (ii)Price; if less than $100,000 the small business set aside is automatically applied. If more than $100,000 the set aside is automatically changed to unrestricted, and the small disadvantaged participation factor will apply. Price will be evaluated, but not scored.(iii) Past performance (see FAR 15.304); b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. D.4 ADDENDUM TO FAR CLAUSE 52.212-2 EVALUATION FACTORS FOR BEST VALUE EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. Award will be made to the offeror offering the “best value” to the Government, price and the identified “technical factors” considered. All of the technical factors combined are significantly more important than price, however, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection. Listed below are all the factors that will be considered: Technical capability, past performance and price. Technical Capability and Past Performance shall be scored on a “GO/NO-GO” basis. 1. TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, technical features, Catalog Pricing Sheets, warranty provisions, service maintenance agreements, and capability of SVO Option with Installation. Each offeror is required to furnish information for each item, accessory or component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/or exceeds each specification requirements in Section A.3. Documentation is required for extended warranties in accordance with Section A.9. 2. PAST PERFORMANCE Past performance history may be based on the Contracting Officer’s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. PAST PERFORMANCE OF SUBCONTACTOR’S THAT WILL PERFORM MAJOR OR CRITICAL ASPECTS OF THIS WORK SHALL. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor’s and Government Project Officers and Contracting Officers. 2. Contract number, type, items purchased, dollar value and subcontractor name, address, telephone number and email. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. Past performance will not be checked on all offerors. Past Performance will only be checked on the technically acceptable offer offering the best value to the Government. 3. PRICE Price includes all supplies, materials, labor, supervision, delivery, warranty costs, any discount terms. Evaluation of Options will also apply in accordance with FAR 52.217-5. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g) A. An original invoice shall be submitted after acceptance of all items and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date; 2. Tax Identification Number; 3. Contract number; 4. Description, price, and quantity of item(s) actually delivered; 5. Shipping and payment terms; 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. All invoices shall be submitted to: USDA, ARS, NAA, PSWMRU, BLDG 3702 CURTIN ROAD, UNIVERSITY PARK, PA 16802. ATTN.: K. GARDNER. C.PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until items have been received and are accepted by the Technical Representative. 3. Item (h)-Patent indemnity is revised to include clause 52.227-3. FAR 52.212-5, Contract Terms and Conditions Required to Implements Statutes or Executive Orders – Commercial Items applies. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6(Alt 1); 52.219-4; 52-219-6; 52.219-8; 52.219-14; 52.222.3; 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.223-15; 52.225-1; 52.225-3; 52.225-5; 52.225-13; 52.232-33; 52.232-36; 52.247-64. ADDENDA TO FAR CLAUSE 52.212-5, 52.204-4; 52.211-6; 52.214-21; 52.214-34; 52.214-35; 52.217-5; 52.217-8; 52.232-18; 52.232-19;52.242-14; 52.247-34. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of any information related to this requirement. Questions may be emailed to the Contracting Officer at karen.gardner@ars.usda.gov and reference Solicitation No. RFQ 09-2415-03. QUOTATIONS SENT BY E-MAIL ARE NOT ACCEPTABLE. Responses are due on SEPTEMBER 18, 2009 by 3:30 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, Bldg 3702 Curtin Road, University Park, PA 16802.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d0970acc4d119742a8b8766c65fbfe2)
- Place of Performance
- Address: 31 Watershed Road, Klingerstown, Pennsylvania, 17941, United States
- Zip Code: 17941
- Zip Code: 17941
- Record
- SN01939788-W 20090905/090904001307-0d0970acc4d119742a8b8766c65fbfe2 (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 |