United States - Precision Plot Planter: Monosem 4-Row Step-4 Drawn Flex/ Equivalent

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
05 August 2019
Opportunity publication date
26 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 25, 2019 2:11 pm

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 12405B19Q0028 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 2019-02_2. 

The USDA, ARS, intends to procure a Precision Plot Planter. The Precision Plot Planter must be a Monosem 4-Row Step-4 Drawn Flex/ Equivalent. Planter is needed to plant cash crops and do variable row spacing, variable plant populations, variable dry products/fertilizers, and variable liquid products/fertilizers. The Precision Plot Planter must be equipped with the minimum specifications:

1. Planter needs to be a Monosem planter with four-row units having variable row spacing of 15 to 40 inch.
2. The toolbar should have a gearbox so that row spacing could be changed.
3. The planter should have monosem planter metering units.
4. The metering unit should have seed plates for corn, cotton, soybean, sorghum, peanuts, sunflower, wheat, and small grains.
5. Planter metering units should be hydraulic driven.
6. The closing wheel should be monosem sym cast closing wheel
7. Trash whippers should be included.
8. The planter should have coulters.
9. The planter should have a Gandy box hopper that can be used for variable dry products/fertilizers.
10. Planters should have coulters to do side-dress variable dry fertilizers in 2x2 inch setting.
11. Side dressed coulters should have adjustable depths.
12. The planter should do in-furrow variable application of dry and liquid product applications.
13. Planter should do the variable liquid injection of urea ammonium nitrate which could be side dressed as well as could be applied in-furrow.
14. Planter should have down pressure on the toolbar.
15. Planter should have bulk planting hoppers.
16. The operating software of planter should be windows 10 based.
17. Planting software must integrate variable population, variable dry and variable liquid application mapping in a single software provided by the planter company.
18. The planter company should provide updated planting software whenever a new software system is developed.
19. The planter should operate only from one AB line (in the direction of the planting) and should not have to take a planter AB line.
20. Planter software should be GIS-based and ten-year license cost should be included.
21. The planter software should produce shapefiles which then can be imported in a GIS software for spatial analysis.
22. The planter should be equipped with communication headsets for driver and researchers sitting on the planter.
23. The planter should be a drawn planter with low hydraulic fluid requirements (<20gal/min).
24. The planter should be able to run with a 25hp tractor.
25. The quote should include onsite training.
26. The quote should include shipping costs of the planter to Stoneville/ Leland, MS.

The meter is to be delivered to the Sustainable Water Management Research Unit (SWMRU), 4006 Old Leland Road, Leland, Mississippi 38756.
Any quotes not meeting the minimum specifications will not be considered.
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. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; 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 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,; 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 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.

DELIVERY: FOB Destination. Deliver to Sustainable Water Management Research Unit, 4006, Old Leland Road, Leland, Mississippi 38756. 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.fbo.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.

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. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, August 5, 2019. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@ars.usda.gov or USDA, ARS, SEA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email.

Opportunity closing date
05 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Agriculture Southeast Area United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?