Boom arm mower
Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159497824797103 |
Posted Date: | Aug 15, 2023 |
Due Date: | Aug 18, 2023 |
Solicitation No: | 12405B23Q0514 |
Source: | https://sam.gov/opp/7c53231c44... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Aug 15, 2023 01:37 pm CDT
- Original Date Offers Due: Aug 18, 2023 08:00 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 02, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2420 - TRACTORS, WHEELED
-
NAICS Code:
- 11 - Agriculture, Forestry, Fishing and Hunting
-
Place of Performance:
Tifton , GA 31794USA
SPECIFICATION DOCUMENT
United States Department of Agriculture (USDA) Agricultural Research Service (ARS)
Southeast Watershed Research Laboratory (SEWRL)
Raptor Advanced Boom Arm Mower
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. The solicitation number is 12405B23Q0514 and is issued as a request for quotation (RFQ). The NAICS code is 333111- Farm Machinery and Equipment Manufacturing 1,250. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular FAC 2023-04,
Any quotes not meeting the minimum specifications will not be considered.
- Introduction
The USDA-ARS Southeast Watershed Research Lab (SEWRL) in Tifton, GA maintains an experimental network of flow stations and rain gages for the purposes of establishing watershed scale hydrologic budgets. As part of our agreements with the land-owners where the instruments are located, the SEWRL must maintain vegetation around these measurement sites. This requires heavy equipment capable of cutting woody vegetation around the sites.
- Scope
The SEWRL must maintain the vegetation at its sixty flow and rain gage stations. This includes removing both grass and woody vegetation around the sites.
- Technical Requirements
The boom arm system must be compatible with our existing John Deer 332G Skid Steer. The boom arm system must have a 20 foot reach to access difficult to reach locations. The boom arm mower must be able to cut up to 10 foot heights. The mower must have a minimum of a 4 foot rotary cutter.
- Procurement Considerations
The cost for purchasing and maintaining this type of instrument is high, and the government would prefer the longest performance period possible before considering replacement.
Delivery location:
2616 Rainwater Road,
Tifton, GA, 31794
POC: Tim Strickland, Tim.Strickland@usda.gov, 229-386-3664
Quotes are due: 08/18/2023 at 8:00am (CT)
All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency.
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, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.
REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.
The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.
QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.
DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.
PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.
Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov.
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; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable.
The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by, 08/18/2023 at 08:00 AM CT. Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.
Document | File Size | Access | Updated Date |
|
34 KB
|
Public |
Aug 15, 2023
|
|
387 KB
|
Public |
Aug 15, 2023
|
|
99 KB
|
Public |
Aug 15, 2023
|
- 141 EXPERIMENT STATION ROAD
- STONEVILLE , MS 38776
- USA
- Tim Strickland
- Tim.Strickland@usda.gov
- Phone Number 229-386-3664
- Jovan Haynes
- jovan.haynes@usda.gov
- Phone Number 15014137449
- Aug 15, 2023 01:37 pm CDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.