Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2022 SAM #7567
SOLICITATION NOTICE

38 -- No-till drill

Notice Date
8/17/2022 4:51:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
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
12505B22Q0194
 
Response Due
8/29/2022 2:00:00 PM
 
Archive Date
09/13/2022
 
Point of Contact
Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648, Deborah Hughes, Phone: 3093579908
 
E-Mail Address
josh.dobereiner@usda.gov, deborah.hughes@usda.gov
(josh.dobereiner@usda.gov, deborah.hughes@usda.gov)
 
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 12505B22Q0194 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07.� This solicitation will be full and open.� The associated NAICS code is 333111 (Farm Machinery and Equipment Manufacturing). This acquisition is for the following Contract Line Item Number (CLIN) identified below: CLIN 0001 - No-till drill with an operator platform and cone spinner/distributor attached Specifications: �See attached Statement of Work document.� The Contractor shall provide all items F.O.B. destination.� Location of the Government site is the� USDA Dairy Forage Research Center Farm, S8822 Sunset Dr, Prairie Du Sac, WI 53578.� The Government anticipates award of a Firm Fixed Price contract. Quoters 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). All responses shall be submitted electronically to�josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� LPTA means the best value is expected to 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, and (2) Price (to include delivery) and must also have satisfactory Past Performance.� The contractor must explicitly state their timeline for delivery of the equipment. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTION AND ACCEPTANCE TERMS:� Supplies will be inspected by the Government technical lead and accepted at destination.� Delivery requirements are included in the solicitation and SOW. The timeline for delivery is negotiable. The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact the federal service desk (FSD) by calling 1-866-606-8220 or FSD online services.� NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register.� All invoices shall be submitted electronically via the Invoice Processing Platform (IPP). Quotes must be received no later than 4:00PM Central Daylight Time on August 29, 2022. Questions regarding this combined synopsis/solicitation are due no later than 4:00 PM Central Daylight Time August 22, 2022.� 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://sam.gov/opp/36453eea823d48cb9f4d24e5f28850d3/view)
 
Place of Performance
Address: Prairie du Sac, WI 53578, USA
Zip Code: 53578
Country: USA
 
Record
SN06431021-F 20220819/220817230130 (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.