Texas Bids > Bid Detail

Rotary Cutter - Somerville, TX

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 37 - Agricultural Machinery and Equipment
Opps ID: NBD00159496965863523
Posted Date: Jun 24, 2023
Due Date: Jun 30, 2023
Solicitation No: 12805B23Q0483
Source: https://sam.gov/opp/e2e526b6c0...
Follow
Rotary Cutter - Somerville, TX
Active
Contract Opportunity
Notice ID
12805B23Q0483
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 24, 2023 12:55 am EDT
  • Original Date Offers Due: Jun 30, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3750 - GARDENING IMPLEMENTS AND TOOLS
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Somerville , TX 77879
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



Offerors shall provide all requested information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation.



Offers shall submit required documents via email ONLY to peter.b.nelson@usda.gov



OFFER SUBMISSION DOCUMENTS




  1. Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) DUNS Number, CAGE Code, Tax Identification Number (ii) A list of the submission package contents.

  2. One (1) original fully completed page 1 of this solicitation and emailed to peter.b.nelson@usda.gov .

  3. Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested.

  4. Contractor shall proof documentation that they are an authorized dealer, manufacturer or reseller of these parts.



FAR 52.212-2 – Evaluation -- Commercial Items (Addendum).



Evaluation -- Commercial Items (Oct 2014)



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable.



Evaluation Methodology



In accordance with FAR Part 13 the Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Lowest Price Technically Acceptable (LPTA), evaluation method. Technical Acceptability is defined as:




  1. Meeting all requirements as defined in the solicitation, to include submission of all Quote submission documents referenced in Instructions for the Preparation of Offers (FAR 52.212-1 Addendum). Failure to submit ANY of the required document listed in “Offer Submission Documents (52.212-1 Addendum)” will render your quote non-responsive and thus not eligible for award. Failure to acknowledge any and all amendments will render your quote non-responsive and thus not eligible for award.

  2. Acceptable rating in “Past Performance”. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have “acceptable” past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) shall be considered as part of the past performance evaluation process. Any past performance that is found to be “Negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as “Unacceptable” making the overall Technical Acceptability as “Unacceptable”.

  3. Only authorized vendors, with proof documentation that they are a dealer, manufacture, reseller will be determined to be technically acceptable. All 3rd party sellers will be determined to be technically unacceptable.





(End of Provision)



The offeror shall ensure that their business has completed their online Representations and Certifications at the System and Awards Management (SAM) website which may be found at https://www.sam.gov/portal/public/SAM/. It is the Offeror’s responsibility to ensure that the information provided in each certification/representation is completed truthfully and completely. Failure of an Offeror to complete their online certification/representations prior to the close of the Solicitation (to include listing of the applicable NAICS code, “active status”, or applicable size standards) will result in their offer being deemed non-responsive and eliminated from consideration of the award.



AGAR Provisions



AGAR 452.204-70 INQUIRIES (FEB 1988)



Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.



(End of provision)



452.219-70 Size Standard and NAICS Code Information (Sep 2001)



The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below:



Contract line item(s): 0001



-- NAICS Code 333111



-- Size Standard 1,250 Employees



(End of provision)



Invoices: To invoice, a vendor must first enroll in the Invoice Processing Platform (IPP) by visiting https://www.ipp.gov/vendors/index.htm. Once enrolled, all invoices must be submitted electronically through IPP. The IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury’s Financial Management Service (FMS).



One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password will be sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registration process.



Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as:




  • E-mail notification when invoice(s) are paid

  • Online payment history

  • Remittance download



E-mail notifications of payments are sent when a payment is distributed to your bank account and will include all pertinent payment information. The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll- free number is (866) 973-3131 or they can be reached at: IPPCustomerSupport@fms.treas.gov.



Invoice(s) are to be submitted after delivery and inspection and acceptance has taken place by the USDA


Attachments/Links
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
  • Jun 24, 2023 12:55 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >