Federal Bid

Last Updated on 10 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

4-Row Cone Planter

Solicitation ID AG-52KJ-S-15-DC02
Posted Date 19 Aug 2015 at 7 PM
Archive Date 10 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location United states

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; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-52KJ-S-15-DC02 and is issued as a request for quotation (RFQ). This solicitation incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The acquisition is a 100% Small Business Set-Aside. The NAICS code is 333111; the business size standard is 500 employees. The Government intends to issue a firm-fixed price purchase order for this requirement on or about August 28, 2015, to the offeror whose quotation represents the best value to the Government, price and other factors considered.

The USDA-ARS in Urbana, IL, requires a three-point hitch tractor-mounted four-row cone planter for use in seeding field plot trials of various crop species including sweet corn and vegetable soybean. Plot length will range from 8' to 40'. Following are the required minimum specifications:

-Row spacing shall be 30"
-Planting depth adjustment of 0" to 4"
-Down-pressure springs
-Two (2) seed packet holders
-Seed cups shall have 3" interior diameter
-Seed distribution system that will allow operator to choose between dropping individual packets on four rows or using splitters to feed two rows at one time.
-Seed triggering system shall have 2 foot pedals
-Rubber closing wheels
-Weighted row markers
-Seed monitor system to confirm seed is being dropped
-Shark-tooth type trash whipper system
-In-furrow insecticide application system
-Platform with 2 operator seats meeting all safety standards; one shall be between rows 1 and 2, the other seat shall be between rows 3 and 4
-Water-tight junction box
-Dome windshield
-Total weight of planter cannot exceed 4,200 lbs


OTHER REQUIREMENTS:
- Minimum 2-year manufacturer warranty
- Operator manual must be included with equipment
- On-site in-field orientation to include operator training and field testing within 14 days of delivery


QUOTES SHALL INCLUDE THE FOLLOWING:
1. Firm-Fixed Price quotation, valid for a minimum of 30 days, to include delivery and setup (FOB Destination) to USDA-ARS Global Change and Photosynthesis Research Unit, Bldg 853, St. Mary's Road, Urbana, IL 61801. The schedule for delivery shall be included on the quote. Acceptance and FOB point are destination.
2. DUNS number for verification of SAM registration (www.sam.gov).
3. Include literature sufficient to determine conformance of the equipment to meet or exceed the required specifications.

The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products.

THE FOLLOWING PROVISIONS AND CLAUSES APPLY:
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, with the following clauses:
52.219-6 Notice of Total Small Business Set-Aside
52.222-3, Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.223-1 Biobased Product Certification

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; the representations and certifications section should be completed electronically in the System for Award Management (SAM). A copy of this provision may be obtained at www.acquisition.gov/far.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov.

Any amendment and documents related to this procurement will be available electronically at http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offeror's responsibility to monitor the site for release of the solicitation and any related documents.

Failure to provide the required information in the requested format may result in quotes not being considered for award.

Furnish quotations to Danielle Cooley, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, email or mail to the contact listed above. Verify government's receipt of quotation.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Sep 2016 at 8 PM
Centralia Missouri 17 Sep 2014 at 8 PM
Pedro Ohio 02 Sep 2008 at 3 PM
Brookings South dakota 12 Aug 2003 at 5 AM
Plains Georgia 20 Jul 2016 at 6 PM

Similar Opportunities

Arizona 16 Jul 2025 at 7 AM (estimated)
North dakota 31 Mar 2026 at 4 AM
Arizona 16 Jul 2025 at 7 AM (estimated)
San luis obispo California 11 Jul 2025 at 10 PM