SOLICITATION NOTICE
87 -- Pull Type Hydraulic Litter, Lime, Shavings and Compost Spreader - Photo of Equipment Trade In
- Notice Date
- 5/8/2014
- 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-14-0023
- Archive Date
- 6/6/2014
- Point of Contact
- Joseph A. Covarrubio, Fax: 979-260-9413
- E-Mail Address
-
joseph.covarrubio@ars.usda.gov
(joseph.covarrubio@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Photo of 1996 GVM Transpread 5.5, Serial Number TR96PS5509 for Trade In 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-S-14-0023 and is issued as a Request for Quotation (RFQ). This solicitation is a small business set-aside. The NAICS code is 333111 Farm Machinery and Equipment Manufacturing. The small business size standard is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-72. The USDA, ARS, Dale Bumpers Small Farms Research Center, 6883 South State Highway 23, Booneville, AR 72927, has a requirement for a Pull Type Hydraulic Litter, Lime, Shavings and Compost Spreader. The minimum required specifications are as follows: Specifications: 18' Tandem Axle, Pull Type, Hydraulic Powered 45 Degree Sides, 34" Conveyor 10 gauge Carbon Steel - 7 gauge floor Body Type: Hopper has a capacity of 20 cubic feet struck per linear foot. Poly floor for less drag and longevity of hopper floor. Needs to include a removable inverted vee for spreading lime. Sloped rear to prevent material from spilling with the rear gate in the open position. Model Specs: Power Source: The tractor PTO drives a two section hydraulic pump that transfers power to the spinners and conveyor. Includes at least a 35 gallon oil reservoir and speed control values for the spinner and conveyor. Suspension and Wheels: Walking Beam 10 Ton Heavy Duty Suspension (16.5L Tires and 8-Bolt Hub) Includes CV Joint PTO shaft series 4, Heavy Duty Jack Conveyor: 34" wide extra heavy duty (88K) chain conveyor moves material to the spinners. The chain is a heavy duty self-cleaning pintle-type chain connected by flat bars (3/8" x 1 ¼ x 29") welded on every other link. Spinners and Spinner Drive: Twin 28" spinners with 6 specially formed blades for accurate broadcasting of materials. The formed blades are securely fastened to the spinner discs, each with 3 heavy duty bolts. Binary Hydraulic Manifold System: Combines the hydraulic control for the spinners and conveyor into one control manifold. It includes proportional manual speed control for both spinners and conveyor. Pilot operated relief is standard. A dump value is standard for the conveyor. The modularity of the binary value allows for quick easy conversion to GR option and to electronic control. Electronic Control: Equivalent to or better than the Tee Jet CL250. The CL250 provides straight rate control with guidance. Hopper Scales: Scales display located inside tractor cab. In addition, the USDA, ARS, DBSFRC, has an operable GVM 1996 Transpreader 5.5, Serial Number TR96PS5509 they would like to trade in. The location would like to know what the trade in allowance would be on this equipment. (see attachment for photo of equipment to be traded in) Please submit your quote via e-mail to: joseph.covarrubio@ars.usda.gov, or by fax to 979-260-9413 by 2:30 PM CST May 22, 2014. The USDA, ARS, DBSFRC requires the spreader to be delivered by July 15, 2014 or sooner. 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 valid for at least 60 days and include a description of the item in sufficient detail to evaluate their product against the above minimum specifications. Quoted price shall include delivery costs (FOB Destination). Each offeror must have an active SAM registration (www.sam.gov). The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 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, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at; FAR 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. The SAM is the Government repository, which retains information on Government contractors. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05667256f328f8b4689a1e0e5cea689c)
- Place of Performance
- Address: USDA, ARS, DBSFRC, 6883 South State Highway 23, Booneville, Arkansas, 72927, United States
- Zip Code: 72927
- Zip Code: 72927
- Record
- SN03360812-W 20140510/140509021717-05667256f328f8b4689a1e0e5cea689c (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 |