|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633USDA-ARS, P.O. Box 748, Tifton, GA 31793-0748 24 -- FARM TRACTOR SOL RFQ-002-4389-00 DUE 071700 POC Tom Maze
912-386-3496 WEB: Click here to download a copy of 52.212-3,
http://www.nist.gov/admin/od/contract/repcert.htm. E-MAIL: Click here
to contact the contracting officer by email,
Cat@Tifton.cpes.peachnet.edu. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included this
notice. This announcement constitutes the only solicitation; quotations
are being requested and a written solicitation will not be issued. The
solicitation number RFQ-002-4389-00 is issued as a request for
quotations and incorporates provisions and clauses that are in effect
through FAC 97-09. FAR 52.219-6, Notice of Total Small Business
Set-Aside is applicable to this acquisition. The Standard industrial
classification code is 3523. The small business size standard is 500
employees. Item description : One MFWD farm tractor with the following
specifications: 1. Engine minimum 85 PTO horsepower, 4 cylinder diesel
turbo charged, dry type air cleaner, vertical exhaust, foot and hand
throttle. 2. Transmission -- 16 forward/12 reverse w/shift on-the-go,
hydraulic "wet" clutch (multi-disc), 3. Hydrostatic steering, Hydraulic
self equalizing disc brakes. 4. High visibility cab, ventilation system
w/air conditioning, two door entry, 5. Hydraulics -- 25 g.p.m. pump
capacity, minimum of 2 sets of selective control valves, 6. Live
independent 540/1000 RPM, rear mounted with shields, hydraulic clutch
w/neutral start, 7. 12 volt electrical system w/key shutoff, heavy duty
battery and alternator, ASAE 7 terminal outlet socket, 8. Tachometer,
hour meter, oil pressure indicator light, water temperature indicator,
9. Rear three point hitch -- category 2 standard rock shaft and pull
swing drawbar capacity 6000, minimum lift, 10. Rear axle rack and
pinion adjustable, rear wheels cast, rear tires 16.9 x 38, rear axle
MFWD, front wheels adjustable, front tires 13.6 x 24. 11. Hydraulic
differential lock, SMV emblem, tilt steering wheel, standard operation
lights and flashing, road safety lights, fender mounted control switch
for 3 point hitch hookup, toolbox, category 1 3-point sway blocks as
well as category 2, full set of front weights. 12. Service available
within 70 miles of Dawson GA. Quoter must furnish name of service
center. Payment under this contract will be made by electronic funds
transfer. Successful offeror must accept government purchase card or be
set up with USDA vendor express program at the time invoice is
submitted. Delivery is required within 8 weeks ARO> Delivery is FOB
Destination to USDA, ARS, Dawson, GA. Descriptive literature showing
the quoted item meets or exceeds all specifications included herein
must accompany the quotation. The government anticipates award or a
contract resulting from this solicitation to the responsive/responsible
offeror whose offer conforms to the solicitation and is most price
advantageous to the government. The provision at 52.212-2, Evaluation
-- Commercial items, applies to this acquisition. The contracting
officer will make award based on price and price-related factors.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror/Representations and Certification -- Commercial
Items, with its proposal. FAR 52.212-4, Contract Terms and Conditions
-- Commercial items, applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition: 52-203-6;
52.203-10; 52/219-8; 52.222-26; 52.222-35; 52.222-36; 52-222-37;
52.225-3; 52.222-18; 52.225-21. The contractor 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. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Governments's rights
with regard to the other terms and conditions of this contract. In the
event of a conflict, the terms and conditions of the contract shall
take precedence over the standard commercial warranty. The contractor
shall provide a copy of its standard commercial warranty (if
applicable) with its response. Responses are15 days from the date this
notice is published in the CBD by 4:00 PM local time, July 17, 2000 at
USDA Agricultural Research Service, 4602 Research Way, Tifton, GA 31794
(or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist,
912-386-3496 or FAX 912-386-7225. Posted 06/28/00 (W-SN469369). (0180) Loren Data Corp. http://www.ld.com (SYN# 0136 20000630\24-0001.SOL)
24 - Tractors Index Page
|
|