Search Contract Opportunities

Forage Harvester

ID: 12-63VY-19-S-0003 • Type: Synopsis Solicitation

Description

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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-63VY-19-S-0003 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS code applicable to this acquisition is 333111. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, PSRU, St Paul, MN has a requirement for an Forage Harvester. End-User requires vendor to provide:

Specifications for the device:

USDA-ARS-PSRU has a need for a Forage Harvester with the following requirements:
1. Self propelled and contained harvester from cutter to weigh cell to sample bin.
a. Not implement being towed.
2. Built in weigh cell and hydraulic dumping to bin hopper of at least 15 cu ft.
3. Flail type mower to be consistent to currently owned Carter Harvester.
4. 36" (or 1 m) cut width.
5. Cutting height adjustable 0-6 inches.
6. Readily available replacement parts such as cutter blades, belts, chains etc.
7. Four or All wheel (4X4/AWD) drive unit.
8. Diesel engine, min 38HP.
9. Towable with our pickup truck (F250 2x2 crew cab) and bumper/receiver tow trailer.
10. Weigh cell with 250lb capacity 0.1lb accuracy,
11. Single person (driver) ease of use, total control of all aspects (data collection, dumping).
12. Weigh cell has onsite calibration ability.
13. Data collection software with data transfer easy to Excel.
14. Ability to take hand grab samples from sample stream.
15. Knock down roller system for cutting plants.
16. Option for manual collection bagging.
17. Unit needs to be able to tow a small sample trailer behind for bulk collection of material.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) Company's DUNS number; 4) GSA Contract number and expiration date (if applicable to service requested).; 5) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/index.html

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.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-PSRU, St Paul, MN, QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 30 days after receipt of samples, however, each offeror shall include their proposed delivery schedule as part of their quotation.

FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement, including delivery date and (ii) price (based on F.O.B. Destination), technical and price are equally important. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. C) Warranty, D) Descriptive Literature. 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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any.

Furnish Quotes to: Randall W. Kiehne, Contracting Officer, USDA, ARS, Administrative Office, 1551 Lindig Street, St Paul, MN 55108 Quotes and other requested documents may be provided by email to: Randy.Kiehne@ARS.USDA.GOV, Furnish quotes no later than 12:00 PM (Central), Friday, July 26st, 2019. Additional information may be obtained by contacting the Contracting Officer at Randy.Kiehne@ARS.USDA.GOV or (651)649-5047.

Overview

Response Deadline
July 26, 2019, 2:00 p.m. EDT Past Due
Posted
June 12, 2019, 10:11 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
USDA-ARS, 1535 Lindig Street ST PAUL, MN 55108 USA
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
50% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 6/12/19 ARS Midwest Area issued Synopsis Solicitation 12-63VY-19-S-0003 for Forage Harvester due 7/26/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333111 (SBA Size Standard 1250 Employees) and PSC 37.
Primary Contact
Title
Purchasing Agent
Name
Randall W Kiehne   Profile
Phone
(651) 649-5047
Fax
(651) 649-5055

Secondary Contact

Title
Tech
Name
Ted Jeo   Profile
Phone
(612) 625-4291
Fax
None

Documents

Posted documents for Synopsis Solicitation 12-63VY-19-S-0003

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12-63VY-19-S-0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12-63VY-19-S-0003

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12-63VY-19-S-0003

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS MWA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12505B
Source Organization Code
500033435
Last Updated
Aug. 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 10, 2019