This is a combined synopsis/solicitation for commercial items preparedin accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
written solicitation will not be issued. Solicitation No. 5361113000784 is
being issued as a Request for Proposal (RFP). This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2005-04. The NAICS code applicable to this
solicitation is 333111. The USDA, ARS, MWA, Photosynthesis Research Unit, SoyFACE Division, Urbana, IL has a requirement/need for a
4-Row Plot Planter to be used primarily for planting research
plots. THE SALIENT CHARACTERISTICS: The equipment
must meet or exceed the following minimum specifications: 1) 4 row 15â centers 2) Row Units â 3 Pt. mounted 3) 1 to 4 row seed splitter w/manual solenoid trip. 4) Operator seat on planter 5) Large seed tray 6) No row markers 7) No insecticide system 8) Plot length set to 9'
DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of
the descriptive literature describing their proposed equipment in enough
detail to ascertain whether the equipment meets the criteria listed
above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be
cause to reject the proposal without further discussions. All
responsible sources may submit an offer which will be considered. The
following provisions and clauses apply to the acquisition and can be
found in full text at http://www.arnet.gov/far/loadmainre.html. FAR
52.252-1, Solicitation Provisions provided by Reference are as follows:
FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide
with Proposal); FAR 52.212-1, Instructions to offerors - Commercial
Items; FAR 52.2120-2, Evaluation - Commercial Items; FAR 52.212-3
Offeror Representation and Certifications - Commercial Items (Provide
with Proposal); FAR 52.214-21, Descriptive Literature (Provide with
Proposal); FAR 52.204-7, Central Contractor Registration (All offerors
must be registered in the Central Contractor Registration (CCR) Database
in order to receive an award. The website address for registration is:
http://www.ccr.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. FAR 52.2222-3, 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; 52.225-3, Buy American Act - North American Free
Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain
Foreign Purchases; 52.225-15, Sanctioned European Union Country End
Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer -
Central Contractor Registration (3 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.ARNET.gov/far/loadmainre.html. SHIPPING: FOB Destination.
DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for
award Offerors shall provide 1) a proposal on company letterhead
detailing the item description, unit price, and extended price; 2)
descriptive literature, brochures; 3) at least 3 to 5 references for the
proposed equipment. References must have received the proposed
equipment within the last three (3) calendar years (Government
references are preferred but will accept commercial references).
References shall be provided for the product proposed and if possible
include e-mail address of contact person; and 4) 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.arnet.gov/far/loadmainre.html.
DELIVERY TO: USDA/ARS, Urbana, IL 61801. PROPOSAL PRICE MUST INCLUDE
any freight or shipping as well as any applicable duties, brokerage, or
customs fees. DELIVERY DATE DUE: The Government requires delivery on or
before 30 days after award, however, each offeror shall include their
proposed delivery schedule as part of their quotation. 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's requirement including delivery date;
(ii) past performance; and (iii) price (based on FOB Destination),
technical and past performance are more important than price.
EVALUATIONS & 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 proposal shall
respond to each of the evaluation factors identified below. With the
exception of past performance, a technical evaluation will be performed
on each proposal based solely on the information furnished and not on
previous knowledge and associations. The evaluation factors are as
follows: (1) Technical Evaluation Factors: A) All proposals will be
rated by comparing descriptive literature against the salient
characteristics. B) Delivery/Installation. C) Training, D) Warranty:
Explain all details of the warranty. If an extended warranty is
available explain details of extended warranty including price and
availability after initial warranty expires. 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. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Government's right
with regard to the other terms and conditions of this contract. In the
event of a conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. The contractor shall
provide a copy of its standard commercial warranty (if applicable) with
this response. Any amendment and documents related to this procurement
will be available electronically at the Internet site:
http://www.eps.gov. Potential offerors will be responsible for
downloading their own copy of those documents related to this
procurement. Furnish proposals to Randa Plotner, no later than
2:00 pm on September 22, 2005. Proposals and other requested documents may be
provided by facsimile to (217)244-7703 or to e-mail address:
[email protected] if desired. Additional information may be obtained by contacting the Contracting Officer
below.
Bid Protests Not Available