Windrower
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 anno... 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-0006 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-MWA-DFRC-PDS Research Farm, Prairie du Sac, WI has a requirement for a Windrower. End-User requires vendor to provide: Specifications for the Equipment: New Windrower (Case IH WD2104 SP)or Equivalent. Specifications for the new windrower are itemized below. Define Minimum Requirements We require a windrower with a 16' head that can cut to research specifications at 25-30 acres per hour. Specification statement of how equipment will be used: A windrower is needed to cut all alfalfa used at the USDFRC Prairie du Sac dairy farm. We currently have projects in place to evaluate different alfalfa varieties in the diets of high producing cows. A windrower is necessary as part of the harvesting of this alfalfa in order to evaluate it in experiments. Line Item Descriptions: 1. Windrower - Self Propelled, Case IH WD2104 SP or equivalent. 2. Must be equipped with a 16' Disc Header that would be or equivalent to Case IH RD163. 3. Suspended rear axle 4. Suspended cab 5. Cold weather package 6. Deluxe LED front lights 7. Autoguidance ready 8. High road speed 9. Steel rolls (disc header) 10. Quick change knives (disc header) 11. Shock hubs (disc header) ***Trade-In*** The USDA-ARS is offering as trade two New Holland windrowers, a pull-type New Holland windrower (model #1431, 13' cutting width) purchased in 2001 and a self-propelled New Holland (model #HW340) windrower purchased in 2004. Both units are in fair condition. To view the windrowers, which are located at the U.S. Dairy Forage Research Center Prairie du Sac Agricultural Research Station, S8822 Sunset Drive, Prairie du Sac, WI 53578, please contact Alison Duff at 608-643-9895 to set up an appointment. The quote should include all fees, delivery charges, and/or credit card surcharges. Payment will be made by federal purchase card (MC) or Delivery order through a GSA Contract. Delivery is expected to the Prairie du Sac Agricultural Research Station (S8822 Sunset Drive, Prairie du Sac, WI) before 8/31/2019, or as negotiated. Quotes must be in writing, and should be on company letterhead or have authorized signature. Bid will be awarded on the basis of net cost to USDA-ARS (new windrower less trade-in). This will be a tax-exempt purchase. All vendors will be required to have a DUNS number and be registered in SAM (System for Award Management). Please submit a written quote by email and by close of business (12:00 pm) on July 12th, 2019. 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-MWA-DFRC-PDS Research farm, Prairie du Sac, WI 53578. 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 equipment, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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 12th, 2019. Additional information may be obtained by contacting the Contracting Officer at Randy.Kiehne@ARS.USDA.GOV or (651)649-5047.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »