Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOLICITATION NOTICE

66 -- GPS for Tractor

Notice Date
9/4/2020 2:19:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USDA ARS PWA SGPGR ABERDEEN ID 83210 USA
 
ZIP Code
83210
 
Solicitation Number
12020220S0006
 
Response Due
9/11/2020 1:00:00 PM
 
Archive Date
09/26/2020
 
Point of Contact
Rose Wride, Phone: 208-397-3150, Fax: 208-397-4165
 
E-Mail Address
Rose.Wride@usda.gov
(Rose.Wride@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USDA-ARS has a requirement for a quantity of one (1) each Tractor Auto Guidance System for �CASE MAXXUM 115 ActiveDrive Tractor with Cab.� �See attached Specifications for the complete requirement. Brand name or Equal. If your proposal includes an equal, it should clearly show that the alternate you are proposing is equal. This procurement will be awarded as a Firm-fixed Price Contract, FOB destination. Simplified Acquisition Procedures will be used, as well as commercial item acquisition regulations per Far 13. This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. The Solicitation number 12020220S0006 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the internet at http://www.acquisition.gov/content/regulations NAICS Code: The associated NAICS code is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and small business size standard is 1,250 employees or less. Period of Performance:�The Government requires delivery and invoice no later than 60 days after receipt of order however, each offeror shall include their proposed delivery schedule as part of their quotation. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Any amendment and documents related to this procurement will be available electronically at the Contract Opportunities Internet site: https://beta.sam.gov/ Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. FOB Destination: Quote must Include all shipping and handling charges for delivery to Chris Evans, USDA-ARS, 1691 S 2700 W, Aberdeen, Idaho 83210. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. Biobased Products: 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. The products should first be acquired from the USDA designated products categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable; include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. Quote Submission Instructions: Read the solicitation in its entirety (including the Specifications document). In order to be considered for award, Offerors shall provide A quote detailing the item description, shipping cost and total price; Descriptive literature, brochures, and other relevant information on products and support; A list of three references (Government references preferred) including the email address of the person to be contacted; Offeror�s DUNS number; Offeror�s business size (number of employees); GSA Contract number and expiration date (if applicable);� SAM REGISTRATION: Contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/SAM/ at the time of quote submission. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. Each offeror shall include their proposed delivery and installation schedule as part of their quotation. Deliver to USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210. Please make quote valid until September 30, 2020. Rejection of Quotation:�Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. This is a Best Value Acquisition. The Government will award a fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offers are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2 The Government may elect to conduct clarifications and/ or communications with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification). The Government reserves the right, however, to award a contract based on initial offers without conducting clarifications and/ or communications. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. Price and other factors: The evaluation factors are: A) Quotes will be evaluated against the technical capability of the product offered to meet the Government requirement. B) Price: Quotes must be based on F.O.B. Destination. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) � Basis for Award, C) Past performance. Warranty: The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. USDA-ARS is Tax Exempt. See attached Tax Exemption Certificate: 720564834F. GSA discounts: The USDA is requesting that schedule contractors extend additional discounts to the USDA when making responses to this solicitation. GSA contract schedule holders are able to offer one-time discounts from established Schedule contracts. Schedule contractors can give one buying member a discount without passing the discount on to the entire federal government. This provision allows the contractor to offer and the government to avail itself of spot pricing in the commercial market. Depending upon funding availability: Due to the complexity of government contracting we may not have funding available for this project. SUBMIT QUOTE: Quotes must be submitted no later than 4:00 PM Mountain Daylight Time, Friday, September 11, 2020, Rose Wride, Purchasing Agent, USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210; by email (preferred) to: Rose.Wride@ars.usda.gov This RFQ incorporates by reference, or full text, the following clauses and provisions. The full text may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation (Dec 2019) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convictions under any Federal Law (Feb 2016) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors � Commercial Items (Jun 2020) FAR 52.212-2 Evaluation � Commercial Items (Oct 2014) Factors to be used to evaluate offers will be Lowest Price/Technically Acceptable��������������� Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) Addenda 52.212-4(g) as follows. Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury�s Internet Payment Platform System (IPP). The IPP website address is: https://www.ipp.gov. FAR�52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2020).� The additional applicable FAR clauses cited in 52.212-5 are as follow; (1)52.203-6, Restrictions on Subcontractor Sales to the Government (JUNE 2020), with Alternate I (OCT 1995) ( 41U.S.C.4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) of 52.219-6 (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30) (i) 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246). (31) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (35) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332). (End of clause) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Representation and Certifications (Jun 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) AGAR 452.204-70 Inquiries (Feb 1998) AGAR 452.211-70 Brand Name or Equal AGAR 452.219-70 Size Standard and NAICS Code Information (Sep 2001)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23cda43349d740a6b7edd68ba9ed68b0/view)
 
Place of Performance
Address: Aberdeen, ID 83210, USA
Zip Code: 83210
Country: USA
 
Record
SN05788297-F 20200906/200904230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.