Federal Bid

Last Updated on 17 Sep 2016 at 8 AM
Combined Synopsis/Solicitation
Experiment Georgia

Six-Row 30 Inch Planter

Solicitation ID AG-32SD-RFQ-16-JC26
Posted Date 18 Aug 2016 at 5 PM
Archive Date 17 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Western Business Service Center
Agency Department Of Agriculture
Location Experiment Georgia 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-16-JC26 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS code is 333111 Farm Machinery and Equipment Manufacturing. The small business size standard is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-88.

The USDA, ARS, WBSC intends to procure one (1) new Six Row 30 inch Planter for the USDA, ARS - Soil Water Management Resource Unit (SWMRU) located at 2300 Experiment Station Rd., Bushland, TX 79012.

The SWMRU currently has a John Deere Tractor (JD7220) with GPS guidance using a RTK signal from the StarFire 3000 receiver. The receiver is a John Deere product. We also have the GreenStar 2630 display and software system that enables auto-steer, monitoring of the tractor's operation performance, and real-time yield mapping. Use of this tractor and its auto-steering capabilities are crucial to the planting of many of our field research plots, some of which integrate precision irrigation management principles. The acquisition of a variable rate planter must be compatible with our existing auto-steer system will further our research in the area of precision agriculture. It is necessary that the planter work seamlessly with our current John Deere Tractor 7220 and its existing GreenStar 2630 Display and StarFire 3000 hardware and software systems.

           Six-Row 30 Inch Planter - Required Minimum Specifications:


1) Planting a variety of seed sizes
2) Planting seeds at different rates
3) Applying liquid fertilizer at different application rates
4) Performing map based seeding
5) Having full compatibility with our existing GreenStar computing system
6) Communicating with RTK type GPS system;
7) Tractor attaching components for JD7220 series row-crop planter (hydraulic hoses, data cable, electrical, etc.)
8) Electronic vacuum level sensor (in-cab) for seed monitoring system
9) Seed boxes (1.6 bushel seed hoppers)
10) Liquid fertilizer and unit mounted double disk opener
11) Variable drive with one hydraulic motor
12) Pro-shaft drive
13) Section Control (for variable seed hopper control)
14) Openers with single walking gauge wheels
15) Steel scrapers
16) Adjustable heavy duty down force springs (allowing manual adjustment of seed depth or down-pressure/force)
17) Rubber tire closing system
18) Seed tube with counting sensor (compatible with GreenStar system)
19) Fertilizer pressure sensor compatible with GreenStar system
20) United-mounted, double disk opener with row cleaner
21) Markers with 16 inch notched disk, depth gauging bands and control independent of planter lift
22) Small corn seed metering disk
23) Standard corn seed metering disk
24) Soybean seed metering disk
25) Acid-delinted cotton seed metering disk
26) Sorghum seed metering disk
27) High rate sorghum seed metering disk
28) Sunflower seed metering disk
29) Mechanical vacuum gauge- 0 to 15 inches of water
30) Liquid fertilizer block manifold delivery and hoses for six row planter
31) It must be directly compatible with the John Deere GS3 2630 display and the Green Star guidance system
32) Planter must be compatible with a JD7220 Tractor

The USDA, ARS - SWMRU, requires the Planter be delivered within 60 days after award. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award quoters shall provide a quotation on company letterhead valid for at least 30 days and include a description of the item in sufficient detail to evaluate their product against the above minimum specifications. Quoted price MUST include delivery costs (FOB Destination) to the USDA, ARS - Soil Water Management Resource Unit (SWMRU) located at 2300 Experiment Station Rd., Bushland, TX 79012.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. 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 .

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Award will be made to the offeror that submits the lowest priced technically acceptable quote.

Please submit your quote via e-mail to: [email protected] , or by fax to 979-260-9413 by 4:30 PM Central Time Friday September 2, 2016.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following clauses and provisions apply to this acquisition. 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 Small Business Set-Aside; 52.222-3, Convict Labor; 52.233-3, Protest after award, and 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.

Bid Protests Not Available

Similar Past Bids

Centralia Missouri 17 Sep 2014 at 8 PM
Experiment Georgia 12 Jun 2018 at 4 PM
Location Unknown 09 Sep 2016 at 8 PM
Donahue Iowa 10 Jul 2015 at 3 PM
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