Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

37 -- SEED CLEANERS - RFQ

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Missouri State Office, Parkade Center, Suite 250, 601 Business 70 West, Columbia, Missouri, 65203-2546
 
ZIP Code
65203-2546
 
Solicitation Number
AG-6424-Q-11-0006
 
Archive Date
11/30/2011
 
Point of Contact
James M. Crossley, Fax: 5738769444, Mark R. Luckritz, Fax: 5738769444
 
E-Mail Address
james.crossley@mo.usda.gov, Mark.Luckritz@mo.usda.gov
(james.crossley@mo.usda.gov, Mark.Luckritz@mo.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ for Seed Cleaner AG-6424-Q-11-0006 SOLICITATION NUMBER: AG-6424-Q-11-0006 TITLE: SEED CLEANER FBO CLASSIFICATION: 36 (Agricultural machinery and equipment) 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; electronic proposals are being requested and a written solicitation will not be issued. The Solicitation Number is AG-6424-Q-11-0006 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 4 Aug 11. THIS SOLICITATION/RFQ IS BEING ISSUED AS A TOTAL (100%) SMALL BUSINESS SET-ASIDE PURSUANT TO FAR 19.502-2. The associated North American Industrial Classification System Code (NAICS) is 333111 - Farm Machinery and Equipment Manufacturer and the small business size standard is 500 employees. The Purchase Request (PR) Numbers for this RFQ are 11453, 11454, 11455 and 11479. The Procurement Classification Code (PCC) or FBO Classification is 36 - Agricultural machinery and equipment. The Standard Industry Code (SIC) for this requirement is 3523 - Farm Machinery and Equipment. The Product Service Code (PSC) for this requirement is 3720 - Harvesting Equipment. The Federal Supply Classification (FSC) for this requirement is 3720 - Harvesting Equipment. This requirement does not have an assigned Defense Priorities and Assignment System (DPAS) rating. This Combined Synopsis/Solicitation, RFQ Number AG-6424-Q-11-0006, is for the following commercial goods and/or services. Contract line item number (CLIN) 0001: Type: firm, fixed-price Noun: Foundation Seed Air/Screen Cleaner Unit of issue: each (ea) Quantity: 1 Unit pricing: to be determined Extended line item amount: to be determined Delivery location: plant materials center, Elsberry, mo Delivery date: 90 days ARO FOB: Destination Inspection and acceptance: Destination Quality assurance: IAW commercial standards Description: Including pre and final aspiration Tall final air column for precise air separation Steel feed roll with brush seal Mechanically variable speed feed roll drive & calibrated control Large air expansion chamber with side discharge cull conveyor Eccentric drive motor 1.5 hp Slower feed roll drive speed for lower capacities (2-7 RPM) Main shoe with two screen layers Each main screen 600 mm wide (23.6") x 1000 mm Long (39") ball screen cleaning Connection for plant suction or top mounted fan. Motors; 3/60/230 or 460 TEFC. Additional screen list: slot 0.60 mm,.80 mm, 1.0 mm, 1.05 mm Round hole 0.60, 0.90, 1.10, 1.20, 1.40, 1.70. 2.0, 2.4, 2.7, 3.0, 3.3, 3.6 mm Contract line item number (CLIN) 0002: Type: firm, fixed-price Noun: Indented cylinder seed cleaner Unit of issue: each (ea) Quantity: 1 Unit pricing: to be determined Extended line item amount: to be determined Delivery location: plant materials center, Elsberry, mo Delivery date: 90 days ARO FOB: Destination Inspection and acceptance: Destination Quality assurance: IAW commercial standards Description: Cylinder (mantle) length- 58"-62", diameter- 18"-20" Adjustable speed drive Ability to incorporate into a continuous flow, stackable unit Lifting capabilities Steel mantles ½ - ¾ hp motor Cylinders are segmented or pieced together for easy removal (5) Additional mantles -1.75mm, 1.85 mm, 2.50 mm, 3.50 mm, 4.00 mm. 4.50 mm Contract line item number (CLIN) 0003: Type: firm, fixed-price Noun: Foundation Brush Machine Cleaner Unit of issue: each (ea) Quantity: 1 Unit pricing: to be determined Extended line item amount: to be determined Delivery location: plant materials center, elsberry, mo Delivery date: 90 days ARO FOB: Destination Inspection and acceptance: Destination Quality assurance: IAW commercial standards Description: Steel construction Include at least one set of brushes One piece exchangeable mantle (approx. 800 mm long) 1 each Of: #5 square wire mantle #7 square wire mantle #10 square wire mantle #12 square wire mantle With auger feed inlet End discharge with control gate Bottom discharge for fines Not less than 4 hp, totally enclosed fan cooled 3/60/230 or 460 volt motor Fixed speed V- belt drive With steel cover and top pick up point for dust control. Internal or external brush adjustment Contract line item number (CLIN) 0004: Type: firm, fixed-price Noun: dust collection System Unit of issue: each (ea) Quantity: 1 Unit pricing: to be determined Extended line item amount: to be determined Delivery location: plant materials center, Elsberry, mo Delivery date: 90 days aro FOB: Destination Inspection and acceptance: destination Quality assurance: IAW commercial standards Description: All Elbows to be a minimum of 1-1/2 times pipe dia. on the inside radius. Taper tee's to be 30 degrees to air flow. Connections to be flanged. Each branch off of the main line should have an adjustable blast gate. Welded seam, galvanized, flanged, engineered, ductwork. Ducking includes the pick-up hoods, blast gates, taper tee's, flange rings, sealant, and hardware. Duckwork to meet or exceed SMACNA Class II and Class III. Design considers product flow, both volume and velocity. The main line ducts should not be less than 3,500 feet per minute with planned velocity at 3,500 feet per minute. Pick up hood velocity approximately 100 to 200 feet per minute. Air flow to be directed away from the faces of operators and into collection points. *NOTES: REFER TO THE ATTACHED RFQ DOCUMENT FOR ADDITIONAL QUOTE INSTRUCTIONS AND THE MINIMUM TECHNICAL REQUIREMENTS/SALIENT CHARACTERISTICS FOR ALL CLINS EXPRESSED ABOVE. TO BE CONSIDERED RESPONSIVE, ANY EQUAL PRODUCT OFFERING MUST MEET ESTABLISHED SALIENT CHARACTERISTICS. THE GOVERNMENT ANTICIPATES ONE CONTRACT AWARD FOR ALL CLINS.*** The following provisions and clauses shall apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, wherein the following shall be applicable 52.203-13, 52.209-6, 52.219-6, 52.219-6 Alternate II, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.232-33, and 52.232-36; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 452.246-70 Alternate I, Inspection and Acceptance; 452.211-75, Effective Period of the Contract; and 452.219-70, Size Standard and NAICS Code Information. Note: Quotes consisting of equal products must follow the procedures outlined at AGAR provision 452.211-70 (Brand Name or Equal) and AGAR clause 452.211-71 (Equal Products Offered) to be considered responsive. Clauses and provisions referenced herein may be accessed in full text at http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm or http://farsite.hill.af.mil/vfagara.htm. Quotes submitted in response to this combined synopsis/solicitation shall be delivered through electronic commerce to the USDA NRCS Missouri Acquisitions Office by 4:30 P.M., Central Time (CT) on Friday, September 16, 2011. ONLY ELECTRONIC QUOTES SHALL BE CONSIDERED RESPONSIVE. Fax quotes are acceptable but must be legible. Quotes shall be addressed to James Crossley, Contracting Officer, USDA NRCS Missouri, and can be submitted via fax at 573-876-9444 or by email at james.crossley@mo.usda.gov. ATTACHMENT(S) TO POST WITH THIS NOTICE: RFQ_AG-6424-Q-11-0006_14sep11.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MOSO/AG-6424-Q-11-0006/listing.html)
 
Place of Performance
Address: USDA NRCS MO, Plant Materials Center, Elsberry, Missouri, 63343, United States
Zip Code: 63343
 
Record
SN02575795-W 20110916/110914235647-11bec187c9c615b675c185109fbd90fb (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.