Skip to main content

An official website of the United States government

You have 2 new alerts

John Deere 1730 Planter Upgrades

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: Solicitation (Original)
  • Original Published Date: Aug 09, 2024 10:29 am CDT
  • Original Date Offers Due: Aug 15, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3830 - TRUCK AND TRACTOR ATTACHMENTS
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Morris , MN 56267
    USA

Description

Solicitation number 12505B24Q0300 John Deere 1730 Planter Upgrades is issued as a request for quote (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This 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 a PSC Code of 6640 (Truck and Tractor Attachments).

This acquisition is for the following item as identified in the Line Item Number(s):

0001    John Deere 1730 Planter Upgrades

Specifications:  Attachment 1 Specifications 24Q0300

The Contractor shall provide all items F.O.B. destination.  Delivery to be made before April 10, 2025, for use in the 2025 planting/growing season.  The Government anticipates award of a Firm Fixed Price contract.

Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.  Submission of quote shall include the following:

(1) Price

(2) Technical Specifications,

All responses shall be submitted electronically to debora.wells@usda.gov .

The basis for award is lowest price technically acceptable (LPTA).  "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) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.  The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.  If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.  This will continue until the lowest price quote is determined technically acceptable.  Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.  If found responsible, evaluations will be closed and award will be made.

INSPECTON AND ACCEPTANCE TERMS:  Equipment should be delivered to: USDA-ARS, North Central Soil Conservation Research Lab, 803 Iowa Ave, Morris, MN 56267

See attached RFQ document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.

To be eligible for an award, all contractors must be registered 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.  All invoices shall be submitted electronically.

Quotes must be received via email to debora.wells@usda.gov by time specified in SF1449 box 8.  

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History