Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOLICITATION NOTICE

37 -- Soybean Plot Thresher

Notice Date
9/25/2020 11:14:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USDA ARS MWA WEST LAFAYETTE IN 47907 USA
 
ZIP Code
47907
 
Solicitation Number
1252KJ20Q0002
 
Response Due
9/29/2020 1:00:00 PM
 
Archive Date
10/14/2020
 
Point of Contact
Danielle Cooley, Phone: 7654945607
 
E-Mail Address
danielle.cooley@usda.gov
(danielle.cooley@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 1252KJ20Q0002 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 (August 31, 2020). This solicitation is 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 1,250 Employees. The USDA-ARS in Urbana, Illinois, has a requirement for an all-inclusive trailer-mounted soybean thresher. �The thresher must be able to be pulled with a light truck or ATV. All threshing activity (feeding of plants, collection of seed, etc.) must be done from the ground level, not from the trailer. Specifications as follows: Trailer-mounted, small-plot thresher designed for soybeans.� Independently powered by gas or diesel engine, preference given to diesel. Threshing must closely mimic a small-plot research combine, equipped with threshing cylinder, concave, and sieve. Plants need to be able to be fed in from ground level. Threshed soybeans need to be able to be collected from ground level. Air delivery of threshed soybeans allowing for bagging at waist/chest height while the operator remains on the ground. Rapid clean-out and very limited carryover between different samples of soybeans. Quote must include delivery costs to Urbana, Illinois 61801. �The Government anticipates award of a Firm Fixed Price contract. Each offer must include descriptive literature or information showing that the offered equipment meets all specifications. 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 danielle.cooley@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. Award will be made on a best value basis. 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 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 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 204-19 Incorporation by Reference of Representations and Certifications; 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 52.212-1 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 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; 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 52.222-17 Non-displacement of Qualified Workers; 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 52.225-13 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 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. All offerors must have an active record in the System for Award Management (SAM) (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 September 29, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 12PM CST on Tuesday September 29, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ec428d252264663a0f5f4f9a5a4d5e7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05811651-F 20200927/200925230153 (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.