South Carolina Bids > Bid Detail

3-Point Lift, Offset Disc Harrow, AMCO Model LTF100B-3222, or comparable

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 37 - Agricultural Machinery and Equipment
Opps ID: NBD00159537379723301
Posted Date: Aug 17, 2023
Due Date: Aug 23, 2023
Solicitation No: 12405B23Q0617
Source: https://sam.gov/opp/1082858355...
Follow
3-Point Lift, Offset Disc Harrow, AMCO Model LTF100B-3222, or comparable
Active
Contract Opportunity
Notice ID
12405B23Q0617
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 17, 2023 10:54 am EDT
  • Original Date Offers Due: Aug 23, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3710 - SOIL PREPARATION EQUIPMENT
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Charleston , SC 29414
    USA
Description

This is a combined synopsis/solicitation for commercial goods and commercial services 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 12405B23Q0617 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 2023-04.





The USDA, ARS, in Charleston, SC requires a 3-Point Lift, Offset Disc Harrow that meets or exceeds the following:




  • Type of attachment: 3-point lift, CAT. 2 and 3

  • Width of cut: 11.5 to 12.5 feet, double offset

  • Type of disc blades: 22" X 1/4" cutout

  • Number of cutting disc blades: 32

  • Minimum weight per disc blade: 93.75 lbs.

  • Minimum total weight of disc harrow: 3000 lbs.

  • Two smoothing disc blades on outside rear gangs (also called covering disc, feathering disc, or furrow filler)

  • 1-1/2" square gang axles

  • Similar in design to AMCO Model LTF100B-3222



Any quotes not meeting the minimum specifications will not be considered.





Please ensure all email correspondence includes the solicitation number in the subject line. Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration.





DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.





REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused 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 GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 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 GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Products and Commercial Services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.





AGAR Clauses



452.211-70 Brand Name or Equal.



425.211-71 Equal Products Offered.



452.204-70 Modification for Contract Closeout



As prescribed in USDA’s Contracting Desk Book 404.804 and 413.302-5, insert the following clause:



MODIFICATION FOR CONTRACT CLOSEOUT (DEVIATION JULY 2022)



“Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR part 13,



(a) If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.





(b) If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.”





(End of clause)





QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.





DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.





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.





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.SAM.gov.







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 offeror’s 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.





QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, August 22, 2023. Questions will only be accepted via email and WILL NOT be answered if received after this date/time.



QUOTES DUE BY: 2:00 p. m. ET, August 23, 2023.







Place of Performance:



USDA-ARS

2700 Savannah Hwy,



Charleston, SC 29414







Primary Point of Contact:



Richard Hawthorne



Purchasing Agent



richard.hawthorne@usda.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 17, 2023 10:54 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >