Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12905B19Q0005
This is a Combined Synopsis/Solicitation announcement for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. T...
This is a Combined Synopsis/Solicitation announcement for commercial item 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; Solicitation number 12905B19Q0005 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 corrections. North American Classification Coded (NAICS) 333111 - Farm Machinery and Equipment Manufacturing, is applicable. Interested offerors must submit their price quote by filling out the attached Standard Form 18 Request for Quotation. Successful offeror will be evaluated by the evaluation factors that are included in the Standard Form 18. The government intends to award a Firm Fixed Price Contract in March 2019. This announcement is a total set-aside for Small Business Concerns. The Vendor shall provide: Low Profile Plot Thresher with Torsion Axle Power Type -9 HP GAS Engine W/Elc. Start Threshing Cylinder Feed Type -Feed Pan Concave Type -Standard seed concave Sieve Type -20 mm sieve Variable Speed Drive with elec. clutch -Standard: 400rpm - 1400rpm Seed Handling Chute -Seed chute Material feed -Mechanical belt feeds material into threshing cylinder Shipping container -Wooden crate The source selection procedures to be used will be lowest price technically acceptable (LPTA) Delivery location is: U. S. Department of Agriculture, Agricultural Research Service PWA Procurement Office USDA, Agricultural Research Service24106 N Bunn Rd, Prosser, WA. 99350. The Government anticipates award of a firm fixed price contract on March 1, 2019. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov). No other site shall be used to obtain these documents. The successful company must mandatorily be registered in the SAM (System for Award Management) at web site: www.sam.gov. Prospective vendors shall complete electronic annual representations and certifications and shall be registered in the System for Award Management database at http://www.sam.gov, shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer, and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable). This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program. Address ALL questions in WRITING to the issuing office via email to Jeffery.Ridenour@ars.usda.gov. No telephone inquiries will be accepted.