Tractor
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 announce... 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 12405B19-972554 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 333111 (Farm Tractors and Attachment Manufacturing), with a small business size standard of 1250 Employees. Statement of work for Boom Mower, Tractor requirements The USDA, ARS Ft. Pierce needs a boom mower for ditch bank maintenance. A Kubota tractor is preferred as the majority of the existing tractor fleet is Kubota. The tractor and mower specifications are: Tractor with cab, 4WD , 24 x 24 intelli-shift Transmission, 82 PTO Hp, Turbocharged 4 cyl Diesel, 130 amp alternator, front work lights, headlights, taillights, hazard lights, 2 rear remotes, air suspension seat, front and rear windshield wipers, 2 rear work lights , 340/85R24 R1W Radial front tires, 460/85R34 R1W Radial rear tires, cast rims. Boom mower specifications: It is the purpose of this specification to describe a heavy-duty 5 Foot Rotary Brush Cutter that is capable of cutting up to 5-inch diameter trees and brush. Boom Mower, 22' Boom, with joystick control 60" Rotary Head w Hyd Door, Blade Bar, & Head Swivel Deck: Mounted on the KB Boom, the front door shall be hinged, hydraulically operated, and constructed of 10-gauge steel. Cutting head width shall be 60". The deck shall be constructed of 14-gauge steel. The sides shall be constructed of double wall, 14-gauge and 10-gauge steel. Reinforcements shall be 3/8" flat bar x frame. Center section shall be ½" x 12" x 20". The skid shoes shall be full-length and replaceable. Deck Rotation/Swivel Option: The deck shall have a rotation of 220-degrees when equipped with the swivel option. Spindle Design: The spindle shall be 4-7/16" at largest diameter x 8-15/16" long, made of alloy steel and splined. Tapered roller bearings with 2" I.D. top and 2-9/16" I.D. bottom in an oil bath shall be used. The housing shall be a 1030 cast steel unibody. The motor to spindle drive shall be a splined, direct drive and enclosed. This specifically excludes a chain or flexible coupling. Motor: The motor shall be steel gear type, rated at 101-horsepower and direct coupled. The spindle RPM shall be 1240 RPM at 38 GPM from pump. Blades: The blades shall be tempered steel 5/8" x 5" x 14-5/8", full-swinging (360-degrees) and double edged. The blade bolts shall be heat-treated, 1-1/8" x 3", shouldered, grade 8 with castellated nut, lock Washer and roll pin Safety Shields: The front shall be angled frame with metal, hinged shield. The rear shield shall be a 3-ply rubber belting and full-length Delivery must state door to door to the following address: US Horticultural Research Laboratory 2001 South Rock Road Fort Pierce, FL 34945 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors 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). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that 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, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than August 16, 2019, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, August 14, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »