Specifications:
With the following minimum specifications:
1. Topper/Hedger
ENGINE: Tier 4 Final, 140 hp @ 2400 RPM, turbo charged, diesel engine.
TRANSMISSION: 2-Speed gear box. 4wd/2wd
AXLES: Front: heavy duty axle with 100% differential lock
REAR: heavy duty axle with 100% differential lock, dynamic braking and integrated parking brake.
RIMS AND TIRES:
Rear: 16.9 x 34 forestry tires with heavy duty rims
Front: 14.9 x 24 forestry tires with heavy duty rims
TRANSPORT SPEED: 20 mph maximum transport speed.
COOLING SYSTEM: Charged air cooler with aluminum, high debris radiator Engine coolant with aluminum, high debris radiator Stainless steel tubing Removable radiator screen for easy cleaning Easy access from the front of the engine cover
OPERATORS CAB: Sealed cab with integrated air conditioning High strength, tempered glass with steel guarding Front windshield wiper
OPERATION: Four blade, rotating cutting wheel providing clean cuts while removing debris from the tree canopy. Adjustable rotation speed for large diameter limbs. Circular saw blades to provide safe operation while mechanically pruning.
DIMENSION SPECIFICATIONS:
CUTTING STAR DIAMETER 113(343 CM)
MAXIMUM FLAT TOPPING HEIGHT 19(579 CM)
REACH FROM MACHINE CENTER (RIGHT SIDE) 129(390 CM)
REACH FROM MACHINE CENTER (LEFT SIDE) 42(127 CM)
MAXIMUM HEDGING HEIGHT 30(913 CM)
TRANSPORT HEIGHT (WITH BLADES INSTALLED) 107(321 CM)
SAW BLADES 4 - 24" DIAMETER
2. Cost and length of training for 3 people on this equipment.
3. Cost of delivery to the below address.
Deliver unpacked door to door at the SHRS, Miami location.
Delivery hours are from 7:00 am - 3:00 pm EST (no deliveries between 12:00 pm- 1:00 pm EST).
Delivery must state door to door to the following address:
US Subtropical Horticultural Research Station
13601 Old Cutler Road
Miami, FL 33158
Additionally, delivery costs to the above location must be annotated in proposal.
The Government anticipates award of a Firm Fixed Price contract.
Service will begin as close to January 1st as possible, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications.
Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED.
The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result 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) Price (to include shipping), and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative 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 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 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; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.211-6 Brand Name or Equal; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications 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 Re-representation; 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 and be currently active 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 and paid electronically.
Quotes must be received no later than March 15, 2019, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Tuesday March 12, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation