Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOLICITATION NOTICE

37 -- Manure Spreader

Notice Date
6/10/2016
 
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-16-JC17
 
Archive Date
7/9/2016
 
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
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-RFQ-16-JC17 and is issued as a request for quotation (RFQ). The NAICS code is 333111 Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-87. The USDA, ARS, WBSC intends to procure one (1) manure spreader for the USDA, ARS, Livestock & Range Research Lab located at 243 Fort Keogh Road, Miles City, MT 59301. The minimum required specifications are as follows: A manure spreader with the following minimum specifications is required: •Manure Spreader box to be mounted on an existing truck we have ready to put it on. •The spreader will have to fit on a tandem axel 1986 International S1900 truck with an automatic transmission. It has 180 hp DT466 diesel motor in it with 860 ft. lbs torque at 1300 rpm. There may also be added expense if the existing wet kit on the truck will not handle the accepted bidders spreader. •The box should be between 20' and 24' in total length. •Rear discharge with horizontal or vertical beaters. •Needs to have the variable discharge control option. •Also needs the silage kit option to use as a multi-purpose truck. •Mounting costs must be included with the quote. •Mounting can be done on site at the USDA-ARS or at the vendor's location. •If the vendor chooses to mount the spreader at their location and their facility is in excess of 200 miles away the vendor will be responsible for all costs related to transporting our truck to their location and back to the USDA-ARS facility. •Must include delivery fees in quote. Optional Equipment for Consideration (provide a cost for this item): •Weigh scale, put load cells on the four corners of the box so you can weigh every load that you spread or weigh every load of silage that you haul. The USDA, ARS, LRRL requires the manure spreader be delivered by September 2, 2016 or sooner. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award quoters 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 MUST include delivery costs (FOB Destination) to the USDA, ARS, Livestock & Range Research Lab located at 243 Fort Keogh Road, Miles City, MT 59301. 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. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Please submit your quote via e-mail to: joseph.covarrubio@ars.usda.gov, or by fax to 979-260-9413 by 4:30 PM Central Time June 24, 2016. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. 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 Small Business Set-Aside; 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; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 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; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79920d2df1ecf697b091ab367e05faab)
 
Place of Performance
Address: USDA, ARS, Livestock & Range Research Lab, 243 Fort Keogh Road, Miles City, Montana, 59301, United States
Zip Code: 59301
 
Record
SN04145676-W 20160612/160610234018-79920d2df1ecf697b091ab367e05faab (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.