Federal Bid

Last Updated on 22 Jul 2020 at 1 PM
Combined Synopsis/Solicitation
Marshfield Wisconsin

Forage Plot Harvester

Solicitation ID 12561520Q0047
Posted Date 22 Jul 2020 at 1 PM
Archive Date 12 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Madison Lss
Agency Department Of Agriculture
Location Marshfield Wisconsin United states 54449

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12561520Q0047 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 333111, Farm Machinery and Equipment Manufacturing, with a small business size standard of 1,250 employees and the PSC is 3720.

The Department of Agriculture (ARS) has the need for the following products:

001) A Forage Plot Harvester

Scope of Work:  

The USDA-ARS EIDMRU Research Farm in Marshfield, WI is requesting quotes for the purchase of a Forage Plot Harvester. The contract will be awarded based on best value to the government, and not necessarily the lowest price. Specifications for the purchase are itemized below.

Background:  

The forage research program at the Marshfield USDA-ARS EIDMRU and University of Wisconsin Marshfield Agricultural Research Station has a long history of producing quality forage research. Research initiatives by both entities are often integrated, and the existing forage plot harvester (owned by the University of Wisconsin) is more than 30 years old. We are seeking a new plot harvester to support forage research well into the future.

Technical Requirements: 

Component-assembled unit must include a front-mounted, flail-type harvesting mechanism, weigh (plot) hopper, large collection hopper, scales, and a John Deere 1580 base power unit. The completed harvester unit should have a 36-inch cutting width, which is the most critical feature needed. This is necessary to accommodate the standard 30-inch plots most commonly used at the University of Wisconsin Marshfield Agricultural Research Station/USDA-ARS EIDMRU, and be compatible with not only the plot-scale drill, but also other field equipment necessary for this type of research. The harvester also should have a cutting-height adjustment that is required for different forage crops and studies. This feature should be configured to allow relatively fine adjustment (~1-inch increments).

The vendor should have at least 15 years of experience engineering/constructing plot harvesting equipment, and provide a full 1-year warranty from date of sale on defects in materials and workmanship. Warranty should include genuine (original) parts, and labor to repair and replace faulty/dysfunctional equipment. Warranty need not cover normal wear (for example, tires) or damage by inappropriate use.

Key Deliverables:

  • A Forage Plot Harvester (with the following individual components)
    • Mechanical Drive
    • John Deere 1580 Power Unit configured with no cab, air-conditioning or heat; diesel powered; 37.4 horsepower; and 48-inch overall machine width
    • Front-Mounted Mower
    • 26 Flail Knife System for Cutter Attachment
    • 36-Inch Cutting Width
    • Cutting-Height Adjustment (configured to allow relatively fine adjustment of ~1-inch increments).
    • Re-Cutting Auger/Blower System for Particle-Size Reduction
    • 15 Cubic Foot Sample Hopper Volume with Hydraulic Door Opening
    • 42 Cubic Foot Large Rear (Storage) Hopper System with Hydraulic Door Opening
    • DigiStar EZ400 Scale System (or Equivalent)
  • Full 1-Year Warranty (covering defects in materials and workmanship, include genuine (original) parts, and labor to repair and replace faulty/dysfunctional equipment).

Delivery:

The completely assembled forage harvester should be delivered within 20 weeks of order placement to 2615 Yellowstone Drive, Marshfield, WI 54449. Any deviation from that schedule due to unforeseen issues should be communicated to the buyer immediately.

The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Marshfield, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.

Determination of Award:

For all quotes that are submitted, the determination of award will NOT be based solely on the lowest quoted price. The greatest factor in determining award will be the quoted item meeting the product specks outlined in the technical requirements and key deliverables sections above (60%) with equal consideration then divided between price (20%) and the vendor’s past performance (i.e. prior experience; 20%).

Submitting a Quote:

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Vendor must also include their DUNS# on their quote.

The submission and payment of invoices on any resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract.

Offerors responding to this announcement shall submit their quote on SF-18 (see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.

Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to [email protected] by no later than Tuesday, July 28, 2020 at 3:00 PM Central Standard Time.

Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than 3:00 PM CST on Thursday, July 23, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Bid Protests Not Available

Similar Past Bids

Americus Georgia 09 Mar 2020 at 6 PM
Linden Pennsylvania 12 Jul 2017 at 3 PM
Auburn Alabama 06 Jul 2021 at 3 PM
Tifton Georgia 22 Apr 2021 at 12 PM
Morris Minnesota 29 Aug 2022 at 3 PM