SPECIAL NOTICE
24 -- FURNISH, DELIVER, AND SETUP A JOHN DEERE COMPACT UTILITY TRACTOR (52 PTO HP) AND LOADER WITH BUCKET, MODEL NO. 4066R AND ACCESSORIES. - TRACTOR SOLE SOURCE
- Notice Date
- 9/13/2018
- Notice Type
- Special Notice
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 1232SC18Q0019
- Archive Date
- 10/4/2018
- Point of Contact
- Lisa M. Botella, Phone: 215-233-6555
- E-Mail Address
-
LISA.BOTELLA@ARS.USDA.GOV
(LISA.BOTELLA@ARS.USDA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLE SOURCE FOR TRACTOR The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Finch Services, Inc. in Westminster, Maryland, the local distributor and service representative for John Deere equipment, accessories, and other items listed in the Schedule of Items to be furnished, and delivered to the USDA, ARS, Beltsville Agricultural Research Center (BARC), located in Beltsville, MD in accordance with the terms, Conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the John Deere Compact Utility Tractor with Loader with Bucket as described in this document and in accordance with FAR 52.211-6, Brand Name or Equal. SCHEDULE OF ITEMS: CLIN 01: 0382LV, 4066R Compact Utility Tractor (52 PTO HP); Quantity: 1; Unit: Each; Unit Price: __; Amount: $ ____. The tractor includes the following Standard Option items (1 EA) with CLIN 01: (P/N 0202) United States; (P/N 0409) English Operator's Manual and Decal Kit; (P/N 1520) eHydro; (P/N 5221) 13.6-28 (4PR, R1 Bar, 5 Position); (P/N 6221) 8-16 (6PR, R1 Bar, 2); Less (P/N 5090) Wheel Spacer; Less (P/N 2650) Radio; Less (P/N 4061) iMatch Quick Hitch Category 1; and Training for up to four (4) people. CLIN 02: (P/N 1701) Factory Installed Loader with Bucket; Quantity: 1; Unit: Each; Unit Price: $ ______; Amount: $ _______; CLIN 03: (P/N 2060) Deluxe Cab with Air Ride Seat, Quantity: 1; Unit: Each; Unit Price: $ ______; Amount: $ _______; CLIN 04: (P/N LVU23986) Panel, Quantity: 1; Unit: Each; Unit Price: $ ______; Amount: $ _______; CLIN 05: (P/N BLV10609) Vertical Exhaust Kit, Quantity: 1; Unit: Each; Unit Price: $ ______; Amount: $ _______; CLIN 06: SHIPPING; Quantity: 1; Unit: JOB; Unit Price: $ ______; Amount: $ _______. The Contractor shall be responsible for shipping the equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. CLIN 07: SET UP; Quantity: 1; Unit: Each; Unit Price: $ ___; Amount: $ __. DELIVERY AND SET-UP - Delivery and Setup of the equipment shall be made between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excl. Federal Holidays and within thirty (30) days after receipt of the Purchase Order. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. TRAINING - The Contractor shall provide training (for up to four people) at the Beltsville, MD location upon delivery. The training shall not exceed one hour and will include equipment operation, safety features and any other necessary aspects for safe operation of the tractor/accessories. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, maintenance manuals, lubrication and service instructions, and operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. WARRANTY - The Contractor shall provide one-year, parts and labor warranty on the equipment (included in the price.) The Contractor shall provide a copy of the warranty with the equipment. The period of the warranty shall begin upon acceptance by the Government. The USDA, ARS, BARC has determined that the John Deere Compact Utility Tractor (52 HP) and accessories, is the only Compact Utility Tractor (52 PTO HP) with the following salient characteristics: 1) The Tractor with a Loader Bucket and Cab, must work in tandem with the existing government-owned farm equipment and accessories. We have several other John Deere planters on the station, in different configurations, and the equipment must be compatibility. We need the flexibility to change out the buckets, tires, weights, and iMatch quick connect systems. This will limit our need to purchase other hardware that is already on the facility and compatible with existing equipment and hardware. 2) We have a custom soil probe rig that is designed to connect to this series of John Deere Tractors; and 3) Purchasing another John Deere tractor will eliminate conflicts when the equipment is being utilized simultaneously during the field season; and 4) having two matching tractors that will allow us to switch out hardware seamlessly will save both time, and money, while ensuring timely execution of the research. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 1,250 employees. This requirement is set-aside for Small Business only. This is not a request for proposal. No solicitation is available. This solicitation also requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Companies with the demonstrated capability and financial capacity to provide and service such equipment, accessories and warranty must submit a written substantive statement outlining the Company's and the equipment components and capabilities, including a complete price list. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with six (6) calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Finch Services, Incorporated, under the authority of FAR 6.302. This procurement requires the use of BioBased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal BioBased Products Preferred Procurement Program (FB4P).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a17a7e65e36f7e9585043579790bef7a)
- Place of Performance
- Address: USDA, ARS, NEA, Beltsville Agricultural Research Center, ANRI, 10300 Baltimore Avenue, BARC-West, Bldg. 001, Rm. 245,., Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN05087151-W 20180915/180913231013-a17a7e65e36f7e9585043579790bef7a (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 |