Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2017 FBO #5749
SOLICITATION NOTICE

24 -- 85 Horsepower 4WD Tractor - 85 horsepower 4WD Tractor

Notice Date
8/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-17-876683
 
Archive Date
9/7/2017
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
information regarding tractor 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-17-876683 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 333111 (Farm Machinery and Equipment Manufacturing), with a small business size standard of 500 employees. This acquisition is for of the following item as identified in the Contract Line Item Number (CLIN): 0001) 85 horsepower 4WD Tractor Specifications: DIESEL ENGINE: 4 Cylinder Direct Injected (minimum) 85 Eng. HP (minimum) STANDARD SPECIFICATIONS: 12F/12R Power Reverser Transmission Open Operator Station Dual Stackable Mid Valves w/ joystick control 12.4-24 In. Rear tires MFWD (4 wheel drive) SERVICING SPECIFICATION: Tractor must be able to be serviced by the respective brand-name dealer. In addition the dealer must be located within a 30 mile driving distance of the location (Wellington Farm, 2939 Preemption Rd, Geneva, NY 14456) to ensure timely repairs and to prevent unnecessary endangerment of the germplasm collection. TRAINING AND DOCUMENTATION Training. The Contractor shall provide a minimum 30 minute on-site instruction session for a maximum of 5 persons and include all pertinent training materials. The date and time shall be coordinated by the Contractor with the requester (to be named at time of award) at least 1 week prior to delivery. Training shall be completed within 1 week after delivery. Documentation. The Contractor shall provide one (1) copy each of the operations, repair, maintenance, lubrication, service instructions, and operating instructions, submitted upon delivery of the equipment. WARRANTY The Contractor shall provide a one year, on-site, non-consumable parts and labor warranty on the equipment. The Contractor shall provide a copy of the warranty for each item with their offer. Delivery shall be between the hours of 8:00 a.m. to 2:30 p.m., Monday through Friday, excl. federal holidays. Deliver to the following address: Plant Genetic Resources Research Unit (Wellington Farm) 2939 Pre Emption Road Geneva, NY 14456 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Delivery will be within 120 days of award, quoted price should include delivery costs and units. Each offer must show a breakdown giving price of the new tractor, provide descriptive literature or information showing that the offered tractor meets all specifications. The Contractor shall provide the addressee advance notification of delivery. Such notice shall be provided in writing, not less than two (2) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to the requester prior to actual delivery. Collect calls will not be accepted. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than August 25, 2017, 10:00am Central Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, August 23, 2017. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1555b03520a83b8b1d90d571b85a28a8)
 
Place of Performance
Address: Plant Genetic Resources Research Unit (Wellington Farm), 2939 Pre Emption Road, Geneva, New York, 14456, United States
Zip Code: 14456
 
Record
SN04636423-W 20170820/170818231917-1555b03520a83b8b1d90d571b85a28a8 (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.