Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

37 -- USED HIGH CLEARANCE SPRAYER - TRADE IN PHOTOS

Notice Date
5/1/2018
 
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-6082-S-18-0001
 
Archive Date
6/15/2018
 
Point of Contact
Brenda J Nixon, Phone: 8436695203
 
E-Mail Address
brenda.nixon@ars.usda.gov
(brenda.nixon@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TRADE IN EQUIPMENT PHOTOGRAPH 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 RFQ-6082-S-18-0001 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 the following item as identified in the Contract Line Item Number (CLIN): 0001 ) USED HIGH CLEARANCE SPRAYER With the following minimum specifications: A used high clearance, agricultural sprayer is needed to make pesticide applications on field crops. System should include: •1. Shall have 4000 or less hours. •2. Shall contain a GPS guidance system. •3. Shall contain at least a 750 gallon tank. •4. Shall be capable of 'on the go' wheel track adjustment. •5. Shall not be older than a 2000 model. •6. Must contain at least a 75' folding, spray boom with operational section spray control. •7. Must have an enclosed and operational air conditioned cab. •8. Must contain hydrostatic transmission drive system •9. Shall contain an operational chemical eductor mixing system. •10. Shall be in good working condition and field/spray ready. Equipment to be traded in, with values is listed below with pictures included: JOHN DEERE 6000 HI CYCLE SPRAYER WITH 6,148 HOURS; E 6000 TYPE SN: 000659 ( SEE PHOTOS ATTACHED) Interested parties are encouraged to view the used equipment before submitting an offer. To view this equipment please contact Dr. Todd Campbell by email at todd.campbell@ars.usda.gov. The Contractor shall provide all items F.O.B. destination. Location is USDA ARS, 2611 West Lucas St., Florence, SC 29501, and the Government anticipates award of a Firm Fixed Price contract. Delivery will be within 60 days of award, quoted price should include delivery costs, units, offered for trade must be removed by successful offeror within 5 days of delivery of new unit. Each offer must show a breakdown giving price of the used sprayer, provide descriptive literature or information showing that the offered sprayer meets all specifications, and provide a breakdown by of the trade in allowance for each item traded in. The Government anticipates award of a Firm Fixed Price, contract pending available funds. 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 (shall include shipping). Electronic submissions are preferred. Please email all quotes to brenda.nixon@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. THIS AWARD IS PENDING AVAILIABILITY OF FUNDS 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: Equipment 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.gov, or by visiting their website at www.sam.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM EDT on Thursday, May 24, 2018. Answers to all questions received by that time will be posted on FedBizOPs as an amendment to this combined synopsis/solicitation. ALL QUOTES MUST BE RECEIVED BY 5:00PM EDT, APRIL 31, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e14fce79766919931317819bcacf76e9)
 
Place of Performance
Address: 2611 WEST LUCAS ST, FLORENCE, Rhode Island, 29501, United States
Zip Code: 29501
 
Record
SN04906832-W 20180503/180501230944-e14fce79766919931317819bcacf76e9 (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.