Skip to main content

An official website of the United States government

You have 2 new alerts

4-Row Tiller

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 (Original)
  • Original Published Date: Aug 16, 2022 08:08 am CDT
  • Original Date Offers Due: Aug 23, 2022 09:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 07, 2022
  • 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:
    Prairie du Sac , WI 53578
    USA

Description

This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, 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 12805B22Q0501 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-07. The associated NAICS Code is 333111 and the Small Business Size Standard is 1250 Employees.  This is a Small Business Set Aside.

The USDA, Agricultural Research Service, Plains Area, requires new 4 Row Tiller.  The Government intends to award a firm fixed price purchase order.

The requirements are further detail in the attached Requirements Document.

The DELIVERY ADDRESS is:
 

MWA U.S. DFRC Research Farm

S8822 Sunset Drive

Prairie Du Sac, WI  53578

DOCUMENTS TO BE INCLUDED IN QUOTE:  In order to be considered for award, Offerors shall respond by:

1) Providing a quote on company letterhead addressing all of the requirements of the RFQ, clearly note per item pricing, shipping/handling/delivery costs, and be valid for at least 60 days after receipt of quote. 
 

2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-24; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov.

Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).

FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.  Additionally, other contract requirements and terms/conditions can be located in the same document.

The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price.  Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology.

All sources wishing to quote shall furnish a quotation by 9:00 a.m. Central Time, on or before Aug 23, 2022. Quotations are to be sent via email to David Reynolds at david.reynolds2@usda.gov.

Failure to provide the required information in the requested format may result in quotes not being considered for award.

Attached Provisions/Clauses apply to this RFQ and any subsequent award.

Contact Information

Contracting Office Address

  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA

Primary Point of Contact

Secondary Point of Contact





History