Retrofit of Hege 1000 Planter

expired opportunity(Expired)
From: Federal Government(Federal)
126240-2020-001

Basic Details

started - 24 Mar, 2020 (about 4 years ago)

Start Date

24 Mar, 2020 (about 4 years ago)
due - 27 Mar, 2020 (about 4 years ago)

Due Date

27 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
126240-2020-001

Identifier

126240-2020-001
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29647)AGRICULTURAL RESEARCH SERVICE (9132)USDA ARS PA MANHATTAN LSS (6)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. This update is to provide weight, dimensions, and more clear technical data.Solicitation No. 126240-2020-001 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 2020-05.  This solicitation is a small business set-aside.  The NAICS code applicable to this acquisition is 333111.  For a small company to qualify as a small business, the small business standard is 1250 employees or less.  The PSC code applicable to this acquisition is K037.  The provisions at 52.212-1 Instructions to Offerors-Commercial, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror
Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition.The USDA-ARS Center for Grain and Animal Health Research, Manhattan, KS has a requirement for a retrofit of one (1) existing Hege 1000 planter.  End User requires the following deliverables:1.    Removal1.1.    Remove the equipment from the Rocky Ford Satellite Facility at Barnes and Valleywood Road north of Manhattan, KS.  This equipment requires a trailer with ramps.  A CGAHR representative shall be present during removal.  The equipment is 8ft wide, 7ft tall, 6ft long, and weighs 2000lbs.1.2.    Transport to the vendor’s workplace.2.    Installation2.1.    Control system for sequential control and monitoring of magazine table, splitters, and telemetric wheel. 2.2.    Rotary feeder for 6-row planting2.3.    Two distributor heads for 3-row planting2.4.    One distributor head for 6-row planting2.5.    Automatic cell magazine table with tray platform for magazine and basket for collecting empty magazines2.6.    All required cables and hardware for mounting to function3.    Specifications3.1.    Compatible with Trimble GPS system installed on tractor for GPS-enabled positioning of plots; a currently installed system will be used with the new hardware.3.2.    Tray magazine accepts both Wintersteiger-style magazine trays and lids, and Hege-style magazine trays and lids3.3.    Magazine table must receive trays from vertical position (cannot require trays to be fed horizontally)3.4.    Distributor head for six-row plots operates with 30 to 100 g seed3.5.    Distributor head for three row plots operates with 3 to 20 g seed3.6.    Warranty of one (1) year from time of delivery4.    Delivery:  4.1.    FOB Destination or Incoterms DAP/DDP to USDA-ARS Center for Grain and Animal Health Research, Rocky Ford Satellite Facility, Manhattan, KS. 4.2.    QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees.  4.3.    The Government requires delivery of the retrofitted planter no later than August 15, 2020 and a vendor field calibration visit to occur between September 1 to 18, 2020.  However, each offeror shall include their proposed delivery schedule as part of their quotation.4.4.    One (1) day of vendor field calibration after delivery, to occur between September 1 to 18 at the end user’s discretion.  4.5.    One (1) base year of service included, from time of delivery with up to four option years. 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.    At least 2 to 3 references for the proposed service (if possible). References must have received the proposed service within the last five (5) calendar years (Government references preferred but will accept commercial references). References shall be provided for the service proposed, and if possible, include the email address of the person to be contacted. 4.    Company’s DUNS number.    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.  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 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 AwardsFAR 52.222-3, Convict Labor (E.O. 11755) FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans FAR 52.223-4, Recovered Material Certification FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsFAR 52.225-2, Buy American Act Certificate FAR 52.225-13, Restriction on Certain Foreign PurchasesFAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332)FAR 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 or Incoterms DAP/DDP to USDA-ARS Center for Grain and Animal Health Research, Rocky Ford Satellite Facility, Manhattan, KS. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees.  The Government requires delivery of the retrofitted planter no later than August 15, 2020 and a vendor field calibration visit to occur between September 1 to 18, 2020.  However, each offeror shall include their proposed delivery schedule as part of their quotation.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 in this RFQ.  Except for past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are: 1.    Technical capability of the goods and services offered to meet the Government requirement, including:1.1.    Technical capability of the planter after retrofit1.2.    Service plan content and length, including availability of option years 1.3.    Descriptive Literature2.    Past performance 3.    Price (based on FOB Destination or Incoterms DAP/DDP), technical and past performance are more important than price.  Award will be made based on overall BEST VALUE to the Government. 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://beta.sam.gov under “Contracting Opportunities”. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to: Mark L. Robinson, Purchasing Agent, USDA-ARS CGAHR LSS, 1515 College Ave., Manhattan, KS  66502. Quotes and other requested documents may be provided by email:  mark.robinson2@usda.govFurnish quotes no later than 3:00 PM (Central Time), Friday, March 27, 2020.  No phonecalls will be accepted. 

Manhattan ,
 KS  66502-2736  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 333111Farm Machinery and Equipment Manufacturing
pscCode K037Modification of Equipment: Agricultural Machinery and Equipment