The USDA, Agricultural Research Service, 10300 Baltimore Avenue, BARC-East Bldg. 301, Beltsville, MD 20705, has a need for a Lease of a Self-Propelled Forage Harvester.
The following is the basic minimum requirements for one new self-propelled, 4-wheel drive, forage harvester in which the Government intends to lease for one year with (2) one year options:
1. The harvester shall have a 400 h.p. or greater diesel engine
2. Hydrostatic transmission
3. Rotating rotary air screen with dust ejection system
4. Pressurized operator's cab with heating, air conditioning and pneumatic suspension seal
5. Metal detector
6. Automatic sharpener
7. Reversible shear bar
8. In-cab automatic sheer bar attachment
9. Electro-hydraulically controlled spout
10. Crop processor with quick removal feature and mechanical roller adjustment
11. Power rear axle with 540/65 - R24 or better tires, 30.5 R32 166 A8 or better drive tires
12. Central greasing kit
13. AM/FM radio
14. Automatic steering in corn
15. Two (2) quick attachment heads to be provided as noted below
a. Hay head - Minimum of twelve foot windrow pickup unit including reverse with quick attachment mounting to fit harvester.
b. Corn head - Minimum of 14'6" (capable of harvesting six 30" rows) independent corn head with quick attach mounting to fit harvester
16. Liquid inoculants applicator is to include tank, pump, and in-cab electric rate controller
17. Crop moisture sending system with moisture readout in cab.
18. Estimated 150 hours of use per year.
The offeror shall provide descriptive literature of the equipment being offered meeting the minimum requirements.
The contractor shall furnish, deliver and set up the self-propelled forage harvester to the U.S. Department of Agriculture, Agricultural Research Service, Building 301, BARC-East, Beltsville, Maryland. This is a time sensitive requirement. Equipment must be delivered by April 1, 2013. Price to include delivery (FOB Destination).
Prices for base year and two option years must be included as shown:
CLIN-001 Base Year: April 01, 2013 through March 31, 2014
CLIN-002 Option Year 1 - April 1, 2014 through March 31, 2015
CLIN-003 Option Year 2 - April 1, 2015 through March 31, 2016
Please submit your quotes via e-mail to: [email protected] by 2:00 PM CST on February 22, 2013.
Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include descriptive literature in sufficient detail to evaluate their product against the above minimum specifications.
The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.217-5 Evaluation of Options; 52.217-6, Option for Increased Quantity; 52.217-9 Option to Extend the Term of the Contract; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; 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 the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents.