Federal Bid

Last Updated on 28 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Dairy Oregon

Single Merger

Solicitation ID 12505B19S966938
Posted Date 18 Jul 2019 at 7 PM
Archive Date 28 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Dairy Oregon 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. Solicitation No. 12505B19S966938 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The NAICS code applicable to this acquisition is 333111 (Farm Machinery and Equipment Manufacturing). This requirement is 100% set aside for small business. For a small company to qualify as a small business, the small business standard is 1,250 employees or less.
The USDA, ARS, MWA, Dairy Forge Research Center in Prairie du Sac, WI has a requirement for a single merger.
This is a Brand name or equal purchase description for the following item as identified in the Contract Line Item Number (CLIN):

0001) Oxbo 918 single merger, or equal, Qty: 1 Each

Specifications:

Shall be an Oxbo 918 Single Merger or the equivalent;
Shall be capable of operating at 7-10 mph;
4' Conveyor Extension;
Hydraulic Swing Hitch;
9'6" Pickup Head;
Rubber Mounted Tines.

Trade-Ins: The USDA-ARS is offering one trade in of an H&S merger (model #HSM-P), which was purchased in 2002. The unit is in fair condition. Pictures are included with this notice.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price (to include trade-in value of old bagger and 3) Company's DUNS number.
REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.
The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.
DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS, Prairie du Sac, WI. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 60 days after receipt of contract, however, each offeror shall include their proposed delivery schedule as part of their quotation.
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, (2) Net Price (price of bagger less trade-in values for one old bagger) and must also have satisfactory Past Performance.

Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at [email protected] and received no later than 3:00 PM (Central), Wednesday, July 24, 2019. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted.
Furnish Quotes no later than 3:00 PM (Central), Friday, August 2, 2019 to Kristen Turner, Contracting Officer at [email protected] . Quotes will only be accepted via email, no phone calls will be accepted.

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Jul 2008 at 12 PM
Location Unknown 15 Jul 2008 at 9 PM
Location Unknown 11 Apr 2016 at 5 PM
Pennsylvania 22 Sep 2021 at 4 AM
Pennsylvania 22 Sep 2021 at 4 AM

Similar Opportunities