Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
MODIFICATION

37 -- Lateral Move Irrigation System (LMI) for USDA, ARS, Arid-Land Agricultural Research Center - Maricopa Agricultural Center Field Map

Notice Date
8/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-S-13-0054
 
Archive Date
9/12/2013
 
Point of Contact
Louise L. Snitz, Phone: 510-559-6022, Sheri Eiri, Phone: 520-316-6314
 
E-Mail Address
louise.snitz@ars.usda.gov, sheri.eiri@ars.usda.gov
(louise.snitz@ars.usda.gov, sheri.eiri@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Maricopa Agricultural Center Field Map (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation no. AG-32SD-S-13-0054 is issued for a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) This procurement is 100% set-aside for small business. The NAICS code is 423820 and the small business size standard is 100 employees or less. (v) The USDA, ARS, Arid-Land Agricultural Research Center requires a standard lateral move irrigation system, as follows: Provide a ditch-fed low pressure lateral move sprinkler system, to provide a flexible production scale water delivery system capable of providing uniform applications of measured water for water management, irrigation scheduling, and crop growth modeling research. The system shall accurately control plant stress levels required for phenotyping and drought tolerance research. It shall be a one-side, end-feed type and have self-cleaning screens and a moveable weir. A flow meter(s) shall be installed at the pump(s) to record volumes and rates of water applied. The diesel engine and pump unit(s) shall be mounted on a four-wheel cart/tractor that does not straddle the ditch but drives adjacent to the ditch in the field. The guidance system of the LMI shall be above-ground wire/fence guidance. The system shall be six-spans long, each span approximately 187 feet long, including an 85 ft long extension-span assembly on far west end. The sprinkler nozzle drops shall be on 40" spacings and the nozzles shall 30" aboveground. The system shall include a programmable control panel with password protection and shall deliver water application rates from 0.05 to 0.20 inches per hour. The range of flow rates must be accommodated for any possible on/off combination of spans. That is, there will be instances in which irrigated areas will be only under one span (or the extension), under several spans, or under all spans and extension at the same time. The water for the system will be provided by a concrete-lined ditch at the Maricopa Agricultural Center, which is located just west of the USDA-ALARC buildings (see attached plot diagram). The Contractor shall provide 24-hours turnaround on repairs. Contractor shall provide 1-year warranty and operation training. (vii) Delivery to the USDA, ARS, Arid Land Agricultural Research Center, 21881 N Cardon Lane, Maricopa, AZ and operation training, shall be complete and accepted within 60 days of award. (viii) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Complete the follwoing provision and provide with your quote: 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a) Awards made under this solicitation are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012 (P.L. No. 112-55), Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) The Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal or State law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policies to Ban Text Messaging While Driving; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt II; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The full text of all clauses and provisions are available at www.acqnet.gov and http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871 (xi) The offers are due 28 August 2013, noon, to louise.snitz@ars.usda.gov (xvi) Contact Louise Snitz, 510-559-6022, louise.snitz@ars.usda.gov or Sheri Eiri, 520-316-6314, sheri.eiri@ars.usda.gov for information regarding this solicitation. ******** See the attached "Maricopa Agricultural Center" field map.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b791e24a674d3dbcea52857bcf5009fd)
 
Place of Performance
Address: 21881 N Cardon Lane, Maricopa, Arizona, 85138-3004, United States
Zip Code: 85138-3004
 
Record
SN03153097-W 20130821/130819234811-b791e24a674d3dbcea52857bcf5009fd (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.