Skip to main content

An official website of the United States government

You have 2 new alerts

Two-Row Rotary Plot Combine

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 11, 2022 09:31 am EDT
  • Original Date Offers Due: Aug 26, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 10, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3720 - HARVESTING EQUIPMENT
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Columbia , MO 65211
    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.  Solicitation number 12505B22Q0189 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 will be 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.

This acquisition is for the following Contract Line Item Number (CLIN) identified below:

CLIN 0001 - Two-Row Rotary Plot Combine - See SOW 3.0 for the full list of technical requirements

Specifications:  See attached Statement of Work document. 

The Contractor shall provide all items F.O.B. destination.  Location of the Government site is the  USDA-ARS PGRU, 205 Curtis Hall, Univ. of Mo., Columbia, Mo 65211.  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) Technical Specifications and (2) Price (to include shipping). All responses shall be submitted electronically to josh.dobereiner@usda.gov and deborah.hughes@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 proposal with the lowest evaluated price.  Pursuant to FAR 52.212-2, the criteria for evaluation are:  (1) Technical Specifications, and (2) Price (to include delivery) and must also have satisfactory Past Performance.  The contractor must explicitly state their timeline for delivery of the equipment. The lowest priced proposal 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 proposal will be evaluated for technical acceptability.  This will continue until the lowest price proposal is determined technically acceptable.  Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.  If found responsible, evaluations will be closed and award will be made.

INSPECTION AND ACCEPTANCE TERMS:  Supplies will be inspected by the Government technical lead and accepted at destination.  Delivery requirements are included in the solicitation and SOW. The timeline for delivery is negotiable.

The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).  A contractor can contact the federal service desk (FSD) by calling 1-866-606-8220 or FSD online services.  NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register.  All invoices shall be submitted electronically via the Invoice Processing Platform (IPP).

Quotes must be received no later than 12:00PM Eastern Daylight Time on August 26, 2022.

Questions regarding this combined synopsis/solicitation are due no later than 12:00 PM Eastern Daylight Time August 15, 2022.  Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History