This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):
0001) Two-Row Planter
Specifications:
Three point hitch, 36 inch two-row planter;
Standard J-Box;
DRN 2R bar, 36 inch row spacing;
STD plate transmission;
Lugged gauge wheel tire style;
Hydraulic disk row markers;
Two standard seat personnel carrier;
J-Box power cable extensions;
Packet container;
Seed packet holders;
In-furrow insecticide in one row only;
Remote funnels;
Fertilizer attachment, including one 550 lb. hopper;
Medium rate augers;
Sprocket transmission drive;
Spring-loaded double-disc opener/applicators with scrappers.
Equipment must be shipped door-to-door to Isabela, Puerto Rico. Include shipping cost in proposal.
The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Isabela, Puerto Rico and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. Submission of proposal shall include the following: (1) Technical Specifications/technical support and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all proposals to [email protected].
The basis for award is lowest price, technically acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that results 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/technical support, (2) Price (to include shipping) and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) 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 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; 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; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, 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 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 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 52.225-1 Buy American--Supplies; 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; 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 electronically.
Quotes must be received no later than 2:00 PM CDT on September 19, 2016.
Questions in regards to this combined synopsis/solicitation are due no later than 5:00 PM CDT on September 13, 2016. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.