|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1997 PSA#1913USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300
Baltimore Ave., Beltsville, Maryland 20705-2350 37 -- PURCHASE OF ONE (1) JOHN DEERE 6 -- ROW CORN PLANTER WITH
TRADE-IN SOL 30-3K47-97 DUE 091297 POC Theressa Mitchell --
(301)504-8484 This is a combined synopsis/solicitation for commercial
items prepared in accordance with FAR Subpart 12.6 as supplemented with
additional information included in this notice. The announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The solicitation number
30-3K47-97 is issued as a Request for Quotation (RFQ), and incorporates
provisions and clauses that in effect through Federal Acquisition
Circular 90-38. The standard industrial classification code is 3523,
with a small business standard of 500 employees. This acquisition will
be procured is a 100% small business set-aside. Delivery is required
on or about November 17, 1997 or within 60 calendar days after award.
Delivery is FOB destination to USDA, ARS, Farm Operations Branch,
Beltsville, MD Quotations should be addressed to USDA, ARS, Area
Contracting Office, Bldg. 003, Rm. 329, BARC- West, Beltsville, MD
20705 Attn: T.C. Mitchell. The proposed contract will include the
following: Item 01, one John Deere 1750 Conservation 6 row corn planter
on 30" row spacing with an additional (5) matching planting units that
we will mount on our existing splitter bar. Item 2, Trade-in allowance
for one John Deere 7000 (6) row 30" planter Serial #B14220 with
chemical boxes, liquid fertilizer tanks, squeeze pump, row markers,
finger pickups, feed cups, and 5 king planter units. Available for
inspection by calling the above contact. Descriptive literature showing
that the quoted corn planter meets all specifications included herein
must accompany the quotation. The planter will be utilized by the Farm
Operations Branch for plant research where accurate seed metering is
crucial. The ability to adapt the planter to variable rate technology
or automatically changes the seeding rate as the planter is in
operation. The ability to adapt to the new precision farming computer
system at FOB for the research program. Minimum specs: Frame mounted
"no-till" coulters, Vacuum seed metering system including a
hydraulically driven pump, seed plates for standard corn, small corn,
large sweet corn, small sweet corn and soybeans, 7" x 7" mainframe tool
bar, granular chemical box with furrow seed placement, steel rotary
scrapers, liquid fertilizer tanks with minimum capacity 200 gallons,
Regular seed tubes with sensor and wiring harness, staggered cast iron
closing wheels with adjustable down pressure, double disc openers with
walking gauge wheels, Liquid fertilizer tanks with a minimum capacity
200 gallons, Adjustable heavy duty down pressure springs with a minimum
or 4 settings and up to 400 lb of down force per row. The offerors
shall identify where the offered item meets or does not meet each of
the Government functional and performance minimum specification listed
herein. The Government will award a contract resulting from this
solicitation to the responsive/responsible offeror whose offer conforms
to the solicitation and is most advantageous to the government. Any
interested/qualified source who believes they can provide the required
equipment must respond by 3 p.m. on or before September 12, 1997. All
such responses will be evaluated in order to determine the ability to
meet the above stated capabilities. The following factors shall be
used to evaluate offers; technical capability, past performances, and
price. Technical/past performance is more important than price.
Responses shall include literature, brochures, and other such
information corresponding to the required items which demonstrates the
capabilities of the offeror's equipment. The following FAR clauses and
provisions apply: FAR 52.212-1, Instruction to Offerors-Commercial
Items; FAR 52.212-2, Evaluation-Award to a technical acceptable
offeror, at fair and reasonable price; 52.212-3, Offeror
Representations and Certifications-Commercial Items. The following FAR
clauses in paragraph (b) of FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items, will apply to the resultant contract: 52.222-26, 52.222-35,
52.222-36, 52.222-37, and 52.225-18. All offerors must include a
completed copy of FAR 52.212-3 with their response. (0230) Loren Data Corp. http://www.ld.com (SYN# 0211 19970820\37-0001.SOL)
37 - Agriculture Machinery and Equipment Index Page
|
|