Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2021 SAM #7176
SOURCES SOUGHT

37 -- Precision Seed Attachment for Great Plains 3P606 NT Drill - Sources Sought

Notice Date
7/23/2021 9:00:47 AM
 
Notice Type
Sources Sought
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0141SS
 
Response Due
7/30/2021 2:00:00 PM
 
Archive Date
08/14/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 333111, with a Size Standard of 1,250 employees and the PSC Code is 3710. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following products: 001) Precision Seed Attachment for Great Plains 3P606 NT Drill Scope of Work: The USDA-ARS Environmental Integrated Dairy Management Research Unit (EIDMRU) is Marshfield, WI is seeking sources for a Precision Seed attachment�compatible with a Great Plains 3P606 NT Drill. Background: Approximately a decade ago, the USDA-ARS purchased a 3-point hitch, Great Plains Drill that has been used for some agronomic plot work. However, like all production-scale drills, it takes considerable volumes of seed to cover the floor of the seed box, and there are open questions concerning the precision that occurs when planting small plots with a production-type drill. Specific questions include: how soon does the seed start to drop, and how quickly does it cease? These are important issues when only small quantities of seed are available, and plot length must necessarily be short (15 to 25 feet). We are seeking an attachment for a drill that will improve the precision and accuracy of plot establishment, especially when only small quantities of seed are available. The attachment is for a Great Plains 3P606 NT Drill currently owned by the USDA-ARS at the Marshfield Agricultural Research Station. The attachment permits precise controls on seeding rates and plot lengths to facilitate research. Technical Requirements:� �� Attachment must be compatible with a Great Plains 3P606 NT Drill Quote should include all costs to provide the required products. Attachment should include: Cone Drive combatable with a Great Plains 3P606 NT Drill for accommodating various plot lengths. Seed tray for seed packet storage. Operator seat with seat belt. Small seed box combatable for a Great Plains 3P606 NT Drill. 9-row distributor kit for ground-drive belt cone with fittings. Manual trip controller. Outrigger assembly (pivoting) with dual drive. Operator platform for cone/spinner distributor. Note: Installation will be performed by farm staff at the University of Wisconsin Marshfield Agricultural Research Station. Vendor instillation is not required. Products should be USA Manufactured if at all possible. Government Furnished: Because the research station is an operating dairy farm, there will be employees on site during business hours (7:00 am to 4:30 pm) daily. However, deliveries on weekends or holidays are discouraged. All deliveries should be coordinated in advance with Scott Fischer (Farm Foreman; 715-650-7465). As stated previously, installation of the attachment will be by farm staff at the University of Wisconsin Marshfield Agricultural Research Station.� Travel: Delivery and delivery costs to the Marshfield Agricultural Research Station are the responsibility of the contractor/vendor. Contractor�s Key Personnel: Vendor/Contractor�s fabrication staff. Security Requirements: Coordination/communication with Scott Fischer (Farm Foreman) prior to any delivery. Delivery:� Deliver to USDA-ARS 2615 Yellowstone Drive, Marshfield, WI 54449 by September 15, 2021. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Marshfield, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email to aaron.dimeo@usda.gov by Friday, July 30, 2021 at 4:00 p.m. CST. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7351b2e85da54d58af72b0cda591fddd/view)
 
Place of Performance
Address: Marshfield, WI 54449, USA
Zip Code: 54449
Country: USA
 
Record
SN06072416-F 20210725/210723230119 (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.