Federal Bid

Last Updated on 29 Mar 2017 at 2 PM
Combined Synopsis/Solicitation
Dayton Ohio

MANURE SPREADER

Solicitation ID AG-6197-S-16-0026
Posted Date 02 Sep 2016 at 3 PM
Archive Date 29 Mar 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Veterinary Services
Agency Department Of Agriculture
Location Dayton Ohio 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-6197-s-16-0026 and is issued as a request for quotation (RFQ). The NAICS code is 333111 Farm Machinery and Equipment Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-89..This is 100% set aside for Small Business with a size standard of 1250 employees.
The USDA,NVSL, APHIS intends to procure one (1) manure spreader for the USDA, ARS, located at 1920 Dayton Ave, Ames Iowa 50010.:

A manure spreader with the following minimum specifications is required as listed on the attachment

• Must include delivery fees in quote.

• Willing to accept trade in for 1991 New Idea 3626 rear discharge; the trade needs to be identified separately on the quote.


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 60 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, 1920 Dayton Ave, Ames, Iowa, 50010.

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.

Please submit your quote via e-mail to: [email protected], by Sept 12, 2016, 10:00AMCST


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.
specifications:
Spreader - Vertical Beater
Vertical Beaters
Apron Chain Driven:
5/8" chain - HD Logging Style
HD removable/replaceable apron slats
Fully reversible
Hydraulic drive - adjustable feed speed
Galvanized Metal surfaces
Steel Sidewall and Poly Board Floor Construction
Guillotine end gate
Front Stone Guard
Carrying Capacity NLT 12.5 tons
Cubic Feet - struck level (no extensions) 310
Cubic Feet - Heaped (no extensions) 450
Inside Dimensions - NTE 10%
Width 60"
Depth 40"
Length 200"
Overall Dimensions - NTE 10%
Width 115 inches
Length 28 feet
Loading Height 73 inches
Beaters
Quick Drop Removable Beater assembly to allow use as rear discharge trailer
Dual balanced beater design w/overlapping knives
Diameter - L/R 20" / 18"
Tube Diameter - L/R 8 5/8" / 5 9/16"
Drive Shaft Diameter - L/R 3.5" / 3"
Beater Speed NLT 400 RPM
PTO speed NLT 950 RPM
Dual or Single axle
Single axle
Wheel Hub Capacity 16,000 lbs. (10 bolt) x2
Tire Size NLT 600/65-34
Dual axle
Wheel Hub Capacity 12,000 lbs. (8 bolt) x4
Tire Size NLT 550/45-22.5
Tractor Requirement NTE 130 HP

 

 

Bid Protests Not Available