Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

37 -- Sorghum Plot Combine

Notice Date
8/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-S-13-0060
 
Archive Date
10/31/2013
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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 a written solicitation will not be issued. The solicitation number is AG-32SD-S-13-0060 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 333111 and business size is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-69. The USDA, Agricultural Research Service, Plant Stress and Germplasm Development Unit, Lubbock, Texas has a need for a Sorghum Plot Combine. This Unit evaluates genetic diversity of sorghum collections, and develops cold and drought tolerant, high yielding lines for the sorghum industry. A plot combine is needed to evaluate individual lines in single and/or double row plots for grain yield across production systems. The USDA, ARS has a requirement for one (1) Sorghum Plot Combine with the following minimum requirements. The contractor shall provide the following item on a Firm Fixed Price basis. Plot Combine Specifications: 1. Combine must have weighing capabilities and have a 40 inch, two row header for the High Plains production systems. 2. The cab must have A/C, heat, and a radio (to obtain local weather information). 3. An extra passenger seat is required for sample collection and processing. 4. The machine must have a two-row header and a grain delivery to a weighing system. 5. The combine must be able to harvest lodged sorghum lines. 6. The weighing system must be able to collect sample weight, sample moisture, and test weight automatically. 7. It must provide either a hard copy data printout or electronic data printout. 8. It must have in cab sampling capability. 9. The data system must be able to harvest strip plots non-stop and automatically total and combine sub-sample data. 10. The auger system needs a return system from the weighing system to the cab for sampling or to the bin for storage. Price to include delivery (FOB Destination) to the USDA, ARS, Plant Stress and Germplasm Development Unit, 3810 4th Street, Lubbock, TX 79415. Delivery is required within 150 days after award. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include descriptive literature in sufficient detail to evaluate their product against the above minimum specifications. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies, with the following clauses 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79f7d778bcc19b6998777b8be94921b4)
 
Place of Performance
Address: USDA-ARS-PSGDU, 3810 4th Street, Lubbock, Texas, 79415, United States
Zip Code: 79415
 
Record
SN03154656-W 20130822/130820235036-79f7d778bcc19b6998777b8be94921b4 (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.