SOLICITATION NOTICE
37 -- 4 Row Cotton Stripper Header
- Notice Date
- 4/13/2015
- 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-RFQ-15-MD12
- Archive Date
- 5/13/2015
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-15-MD12 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-78. The acquisition is a 100% Small Business Set-Aside. The NAICS code is 333111, business size standard is 500 Employees. The Government intends to issue a firm-fixed price purchase order for this requirement. -The USDA, ARS, PA, Cotton Production and Processing Research Unit, 1604 E. FM 1294, Lubbock, TX 79403 has a requirement for a New in unused condition Header for a Cotton Stripper. This requirement consists of 1 contract line items. -CLIN 001 - 1 each, 4 row Cotton Header Model 748 John Deere. SPECIFICATIONS-Cotton Stripper Header: 1.New in unused condition 2.John Deere model 748 cotton stripper header that must be compatible with an existing 2011 John Deere model 7460 cotton stripper 3.All mounting hardware included 4.4 rows wide with 40 inch row spacing 5.Included installed components for Row-Trak guidance 6.Included installed components for automatic row height sensing 7.Bats and brushes installed in each row unit shall be as configured by the factory 8.Price to include delivery 9.Standard Manufacturer's warranty -QUOTES SHALL INCLUDE THE FOLLOWING: 1.Firm-Fixed Price to include delivery (FOB Destination) to the USDA, ARS, PA, Cotton Production and Processing Research Unit, 1604 E. FM 1294, Lubbock, TX 79403. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. 2.DUNS number for verification of SAM registration. (www.sam.gov) 3.Include literature sufficient to determine conformance of the equipment to meet or exceed the specifications. 4.Provide five (5) references supporting the ability to deliver and install the items on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. -The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. -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 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.223-1 Biobased Product Certification; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 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. 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/e06d7629eaa653eb431735a4e5775510)
- Place of Performance
- Address: USDA, ARS, PA, Cotton Production and Processing Research Unit, 1604 E. FM 1294, Lubbock, Texas, 79403, United States
- Zip Code: 79403
- Zip Code: 79403
- Record
- SN03697572-W 20150415/150413234722-e06d7629eaa653eb431735a4e5775510 (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 |