North Carolina Bids > Bid Detail

Corn Header Equipment, Clayton, NC

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159052359769963
Posted Date: Feb 27, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/4143467777...
Follow
Corn Header Equipment, Clayton, NC
Active
Contract Opportunity
Notice ID
1120701
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2024 09:55 am EST
  • Original Response Date: Mar 01, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Clayton , NC
    USA
Description

THIS IS NOT A SOLICITATION FOR QUOTES/PROPOSALS, THIS IS A SOURCES SOUGHT SYNOPSIS ONLY



This Sources Sought is for the purpose of identifying vendors that can meet the following United States Department of Agriculture, Agricultural Research Service (ARS) requirement.



An ARS Southeast Area (SEA) research site has a requirement for a corn header under NAICS 333111, Farm Machinery and Equipment Manufacturing to be used with an existing plot combine harvester Zurn 160 for research farming operations. The requested corn header must be a two-row, manufactured to work hydraulically, electronically, and mechanically with an existing Zurn 160 Plot Combine. Each row must have two picking rollers with 36” row distance that pull the corn stalks down and the cob is stripped over the split plates. Must have a reverse mechanism to allow the corn stalks to be reversed out of the header. The corn header must be manufactured to fit the quick attach on a Zurn 160 Plot Combine feeder housing.



This Sources Sought is not to be considered as a request for quote/proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned.



INSTRUCTION FOR SUBMISSION:



After review of the attached documentation, interested parties may submit a response in an electronic format only via email to osvaldo.rodriguez@usda.gov no later than March 1, 2024, 10:00 AM ET.



Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.



Respondents should include as part of their submission:




  1. Capabilities statement.

  2. GSA Number if applicable

  3. DUNS Number

  4. Firm Name

  5. Firm Address

  6. Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov

  7. Firm’s point of contact, phone and email address.

  8. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc).



Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point.


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


History
  • Feb 27, 2024 09:55 am ESTSources Sought (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 >