Move Farm Equipment

Agency: AGRICULTURE, DEPARTMENT OF
State: Georgia
Type of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Posted: Apr 23, 2024
Due: Apr 22, 2024
Solicitation No: 12405B24Q0150
Publication URL: To access bid details, please log in.
Follow
Move Farm Equipment
Active
Contract Opportunity
Notice ID
12405B24Q0150
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
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)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 23, 2024 08:37 am CDT
  • Original Published Date: Apr 12, 2024 12:31 pm CDT
  • Updated Date Offers Due: Apr 22, 2024 04:00 pm CDT
  • Original Date Offers Due: Apr 24, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 07, 2024
  • Original Inactive Date: May 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V113 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: RAIL FREIGHT
  • NAICS Code:
    • 484121 - General Freight Trucking, Long-Distance, Truckload
  • Place of Performance:
    Athens , GA 30605
    USA
Description

This solicitation has been canceled because this project will not be funded by our area any more.





Questions and Answers:



Q1: Is there any labor involved or it's just for transportation?



A1: Prospective vendors will be required to load the equipment and move it.



Q2: 2. How many trucks do we need to prepare for the purpose of this solicitation if we would participate in it?



A2: This is something that each vendor will have to determine for themselves. We do not want to restrict the solicitation.



Q3: Are the full dimensions available for the equipment list ? – (load Trail Tandem Axel Dump Trailer and John Deere MX7 Lift Mower, only show 2 dimensions –need LxWxH)?



A3: Height of the dump trailer is 82”. Height of the lift mowers are 42” (or 22” if you were to remove a few bolts)



Q4: Please confirm all equipment that is motorized is in full operationally to be driven onto the specialized truck we will offer (ramp loading)?



A4: All motorized equipment is operational.



Q5: For the Load Trail trailer and the rotary mower, will there be equipment on site that can be used to load these?



A5: The tractors being moved as part of this job could be used for loading the mowers and dump trailer.



Q6: Please clarify “Clean up” at work site requirements.



A6: If there is any mess or debris caused by the loading of equipment, it is requested that the contractor cleans up after themselves.



Q7: What type of transportation equipment is being requested? (Flatbed, step Deck or a low boy)



A7: That is up to the contractor to determine appropriate transportation equipment.



Q8: Is this contract opportunity for pickup and delivery only, or is there any more contract opportunities under this solicitation after the equipment has been delivered?



A8: This contract is for pickup and delivery, and the contractor is responsible for loading and unloading the equipment. There is a second contract posted for moving three vehicles from the same origin and destination.



Q9: What is the schedule for moving the 6 equipment’s from MI to GA? Are you looking for a carrier who can move the six equipment’s in one move or are multiple moves allowed?



A9: Multiple moves are allowed. If the contractor will be using the tractors for loading equipment, that will need to be considered when planning which items in which loads. All items need to be picked up during the window of September 3-6. If they want to pick up some items on one day and some items on another day during this window, that is fine. All items need to be dropped off no later than September 20, 2024.



Q10: Do they have a loading dock and crew to load the trucks?



A10: No, the existing loading dock is too small for this equipment, except maybe the John Deere lift mowers. The contractor is responsible for loading the equipment.







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 12405B24Q0150 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 484121 (General Freight Trucking, Long Distance, Truckload) with a small business size standard of $34.0 Million.

USDA, ARS, USNPRC



950 College Station Road



Athens, GA 30605



Is looking for procurement of Moving Farm Equipment which fits with the associated Statement of Work.



The Government anticipates award of a Firm Fixed Price contract.

Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Also, please provide past performance information.





Vendors 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).

Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that 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, (2) Price, and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting



Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions



Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes – Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.



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. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically.

Quotes must be received no later than April 24, 2024, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday April 22, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 12, 2024[Combined Synopsis/Solicitation (Original)] Move Farm Equipment
Apr 16, 2024[Combined Synopsis/Solicitation (Updated)] Move Farm Equipment
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Notice of Intent to Sole Source Active Contract Opportunity Notice ID PR0011916714

Federal Agency

Bid Due: 11/15/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/29/2024

PH Licensed Practical Nurse 2 Adult Health - Marietta Cobb County Apply Listing

Georgia Local Government Access

Bid Due: 5/07/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.