Federal Bid

Last Updated on 07 May 2020 at 3 PM
Combined Synopsis/Solicitation
Houma Louisiana

Harvester

Solicitation ID 12405B20P-1001439
Posted Date 07 May 2020 at 3 PM
Archive Date 30 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Houma Louisiana United states 70360

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 12405B20-1001439 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. 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.

Specifications:
With the following minimum specifications:
Specifications

Track Crane Harvester (prefer John Deere CH570 or Equivalent)

Built in the US

  1. Engine
  • 9.0L Power Tech with Turbo-Charger and Air-to-Air Aftercooler – (251 Kw – 337 hp) at 2100 RPM or Equivalent.
  • Electronically Controlled Fuel Injection
  • Fuel Cooler
  • 568 Liter Fuel Tank Capacity
  • High Capacity Air Pre-Cleaner and Filter
  • Fuel Water Separator
  1. Transmission and Controls
  • Two Hydrostatic Pumps Providing Variable Speed
  • 0 to 9.0 km/h (5.6 mph)
  • Two Fixed Displacement Motors
  • Electronic Ground Drive Control
  1. Tracks
  • Track Frame with 10 Inch Lift
  • Standard Sealed Chain
  • Eight Bottom Rollers and One Carrier Roller
  • Single Piece Bolt on Sprocket
  • Thru Bolts Mounting Bottom Rollers to Track Frame
  1. Brakes and Steering
  • Steering Control is Obtained by Varying the Propulsion Pumps Displacement with a Steering Wheel
  • Oil Bath Brake System, Spring Applied with Hydraulic Release
  1. Electrical System
  • 200 Amp Alternator
  • 12 Volt
  1. Hopper
  • Cuts Whole Tops
  • Accumulator Cushioned
  1. CaseCutter
  • Hydraulic Piston Motor Drive
  • Bolt-On Wear Plates for Basecutter Legs
  • Two Circular Discs, Five Blades Each
  1. Crop Divider and Feedrollers
  • Manual Crop Divider and Knockdown Roller Tilt
  • Reversible Hydraulic Driven Crop Dividers and Feedroller System
  • Ouer Scrolls
  • Hydraulically Driven Front and Lower Knockdown Rollers with Manual Tilt Adjustment
  • Ten 25.4 cm (10in) Diameter Feedrollers, including the Buttlifter
  • 3 Paddle Closed Buttlifter
  • Factory Hard Surfaced Feedrollers with Teeth
  • External Floating Feedroller Stop Beneath Each Feedroller Cradle
  • Buttlifter
  • Biller Control Valve
  1. Chopper
  • Hydraulic Piston Valve
  • 38 cm (15 in.) Differential Chopper
  • Ten 95 mm Blades Overlap Chopper
  • Still Roller
  1. Primary Extractor
  • Plastic 152 cm (5Ft.) Primary Extractor Hood
  • Hydrostatically Variable Speed
  • Vertical Mount. Direct Drive Fan
  • Four Blade Extractor – Requires No Balancing with Blade Changes
  • Hydraulically Controled Hood
  • Abrasive Resistant Steel Wear Ring
  • Duraliner (Vidaplate) Steel Wear Ring
  • Plastic Hood Wearliner
  1. Elevator
  • Reinforced Structural Tube Frame
  • Loading to Either Side
  • Grease Cylinder Elevator Chain Adjustment
  • Motor Driven Directional Discharge
  • Hydraulic Lift Cylinders
  • 61cm (24 in) Elevator Extension Installed
  1. Secondary Extractor
  • Secondary Extractor with Motor Driven Directional Discharge (1650 RPM)
  • Plastic Hood
  • Hydraulically Controlled Hood Rotation
  • Hydraulically Driven Flap
  1. Operators Station
  • Forward Tilting Cab for Added Serviceability
  • Pressurized Cab with Heater and Air Conditioner
  • Operator Air Suspension Swivel Seat and Instructor/Training Seat
  • Full Length Curved Safety Windshield
  • Windshield & Side Glass Washer and Wiper
  • Folding Arm Adjustable Rear View Mirrors
  • Two Fire Extinguishers (Water & Dry Chem.)
  • CommandARM (or Equivalent) armrest with Touch Display for
    • Monitoring and adjusting harvester and engine warning Alarms and Diagnostic Information Center
    • Multifunction Control Lever, floats with seat, for: Basecutter, Topper and Crop Dividers Height Elevator On/Off & Swing, Bin FlapPosition, Seconary Extractor Hood Rotationand Horn
    • Digital cornerpost display for: Engine coolant temperature, Engine RPM, Engine Horsepower % load, Fuel level, Basecutter pressure, Basecutter height, Basecutter Primary extractor fan speed, Hydraulic oil temperature, Parking Brake indicator, Ground speed, Master Warning Light (MWL), Turn signals/hazards, Signal and Warning Lights, Intergrated AutoTrac Components. Cameras
  • Anti-Slip Platforms in Service Areas Compliant with All Applicable ASAE Standards
  • Hand Rails and High Grip Eruption Plate Footing on All Service Areas
  • Reverse Alarm
  • Automatic Self-Cleaning Reversing Fan for Hydraulic Oil and Engine Cooling Systems
  • Engine Compartment Work Light
  • 12 Operating Lights (including Headlights)
  • Battery Remote Jump Start terminals
  • Premium Radio w/ Bluetooth
  • Starfire 600 Receiver
  • Harvest Monitor with SmartClean System (or Equivelant)
  • Mud Flap Agitator
  1. JDLin Connect Upgrade 1 Year plus JDLink Access + RDA 5 Year Subscription (or Equivalent)
  2. Pricing separately the Extened Engine Warranty 5 Years or 5,000 Hours whichever occurs first
  3. Shipping to the following address:
    USDA, ARS, Sugarcane Research Unit
    5883 USDA Road
    Houma, LA 70360

Delivery must state door to door to the following address:

USDA, ARS, Sugarcane Research Unit

5883 USDA Road

Houma, LA 70360

Additionally, delivery costs to the above location must be annotated in proposal.

The Government anticipates award of a Firm Fixed Price contract.
Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications.

Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). 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. All invoices shall be submitted and paid electronically. Quotes must be received no later than May 15, 2020, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday 13, 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

Houma Louisiana 27 Aug 2020 at 2 PM
Houma Louisiana 09 Jul 2004 at 5 AM
Houma Louisiana 20 May 2022 at 7 PM