Skip to main content

An official website of the United States government

You have 2 new alerts

Small Self-Propelled Plot Silage/Forage Harvester

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 29, 2022 10:01 am CDT
  • Original Published Date: Jul 01, 2022 12:23 pm CDT
  • Updated Date Offers Due: Aug 01, 2022 05:00 pm CDT
  • Original Date Offers Due: Aug 01, 2022 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 16, 2022
  • Original Inactive Date: Aug 16, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3720 - HARVESTING EQUIPMENT
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Morris , MN 56267
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 12505B22Q0151 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS code is 333111, Farm Machinery and Equipment Manufacturing, with a small business size standard of 1,250 employees and the PSC is 3720.

The Department of Agriculture (ARS) has the need for the following product(s):

001) Small Self-Propelled Plot Silage/Forage Harvester

Scope of Work:

The USDA-ARS North Central Soil Conservation Research Lab (NCSCRL) in Morris, MN is requesting quotes for a new small self-propelled plot silage/forage harvester that is capable of harvesting corn silage, forage, and biomass plots and taking subsamples of harvested material.

Background:

The Morris ARS Soil Management Unit conducts research on novel year-round cropping systems that combine conventional and alternative agricultural practices to achieve net-zero agriculture. Crops used for silage, forage, and biomass are an important component to diversifying and intensifying agronomic crop rotations. Current typical approaches for harvesting such crops in research plots are to hand harvest (usually by machete and then loading onto a vehicle to transport), mow plots, or use large production equipment to harvest multiple plots at once. Each of these methods is problematic. Hand harvest requires multiple post-harvest steps prior to being able to analyze samples and does not allow for complete plot harvest, which is problematic in a continuous rotation treatment. Additionally, using machetes to hand harvest has inherent safety issues. Mowing plots leaves biomass in the field when it would more commonly be raked, bailed, and removed from the field. Raking plots can cause (in some instances) unwanted soil disturbance (e.g., when using a completely no-tillage approach) which can confound treatment effects. Production harvest equipment effectively removes biomass from the fields, but does not allow plots to be managed or analyzed individually. To be able to successfully complete cropping systems research that includes biomass crops, a small self-propelled plot silage/forage harvester is required. This equipment will allow for individual plots to be harvested, sub-samples for analysis to be collected at the time of harvest, and plant materials to be removed from plots simulating a production situation. This equipment will improve quality of research data and worker safety while also reducing labor and time requirements.

Technical Requirements:

Required specifications for a small self-propelled plot silage/forage harvester:

  • Self-propelled silage harvester and row independent disc wheel chopper with mowing header.
  • Closed cabin where operator and passenger sit to drive and collect samples with heat and air conditioning.
  • 4-5 ft working width
  • Harvest manager hardware and software
  • Overcharge-blower with discharge spout to empty weighing hopper.
  • Hydraulic discharge spout
  • Forage head
  • Hydraulic sample auger
  • Hydraulic sampler with extension and retraction into the weighing hopper with continuous or randomized sampling capability
  • Scale with 4 bending weighing cells (440.9 lbs each)
  • Emergency off button
  • Hydrostatic drive and steering
  • All wheel drive
  • 2250 L hopper capacity
  • Safety system against rock and soil intake
  • Definable sample size for subsampling

Key Deliverables:

  • Small Self-Propelled Plot Silage/Forage Harvester
  • Row Independent Disc Wheel Chopper with Mowing Header
  • Engine (115kW or 156 HP)
  • All Wheel Drive
  • Hydraulic Differential Front Axel Lock
  • Enclosed Cabin
  • Comfortable Driver’s Seat
  • Cabin Heating and Cooling
  • Standard Electrical Controls
  • Hydrostatic Drive and Steering
  • Emergency Off Button
  • All Around Lights
  • Coupling Device Hitch
  • Forage Header
  • Overcharge Blower
  • Hydraulic Discharge Spout
  • Hydraulic Sample Auger
  • Hydraulic Sampler
  • Hopper (2250 L Capacity)
  • Rock and Soil Intake Safety/Prevention System
  • Four (4) Bending Weighing Cell Scale
  • Harvest Management Software
  • Harvest Management Hardware
  • Fire Extinguisher
  • Tool Box Set (Including: Set Fork-Ring Wrench 16-Fold, Set Offset Screwdriver, Mechanic's Hammer, Socket Spanner, Water Pump Pliers, Replacement Grease Nipples, Flat Plug-In Fuses)
  • Delivery
  • Assembly and Machine Start-Up

Delivery:

Equipment should be delivered to: USDA-ARS, North Central Soil Conservation Research Lab, 803 Iowa Avenue, Morris, MN 56267. Delivery to be made within one (1) year (or 365) days from award.

The vendor shall provide all products on site for USDA-ARS Morris, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.

Evaluation Factors:

The basis for award will be Lowest Price, Technically acceptable. The Government intends to make a single firm-fixed price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price; (2) Technical Requirements. The lowest priced quote will be evaluated first; if NOT found acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For quoted products to be considered technically acceptable, they must meet ALL of the technical requirements identified in this solicitation.

Submitting a Quote:

Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions that apply to this acquisition are included with the attached quote submission form (SF1449). The Government anticipates award of one Firm Fixed Price Contract.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendor must also include their UEI# on their quote.

The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, contractors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award.

Offerors responding to this announcement shall submit their quote on SF1449 (see attached) and provide completed FAR clauses and provisions. The quoted price(s) should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.

Failure to demonstrate compliance will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.

Questions in regards to this combined synopsis/solicitation must be submitted through email (NO calls with questions will be accepted) and are due by NO later than 5:00 PM CT on Monday, July 18, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.

Only electronic submissions made via email will be accepted (NO phone calls or quotes submitted by USPS mail will be accepted). Please email all quotes in writing on the SF1449 with completed FAR clauses and provisions to aaron.dimeo@usda.gov by NO later than Monday, August 1, 2022 at 5:00 PM Central Time (CT).

Note: Be absolutely certain to reference the RFQ number 12505B22Q0151 and/or title of the solicitation Small Self-Propelled Plot Silage/Forage Harvester in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).

Contact Information

Contracting Office Address

  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA

Primary Point of Contact

Secondary Point of Contact





History