To place a bid or register go to Unison Marketplace

View Details for Buy # 1134839_01

View Other Versions: 1134839 

General Buy Information

Buy #: 1134839_01  
Solicitation #: RLYDPWJA23004
Buy Description: John Deere 6110M Cab Tractor w/60" Rear Boom Mower
Category: 24 -- Tractors
Sub Category: 2420 -- Tractors, Wheeled
NAICS: 333111 -- Farm Machinery and Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 05/03/2023
End Time: 16:30 ET
Seller Question Deadline: 5/3/2023 - 16:30 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: Added line items to buy for additional details for the equipment.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 John Deere 6110M Cab Tractor, 110 or larger horsepower; - w/JD Link modem, power quad plus 24F/24R - 40 kn/h; No ISOBUS ready/GreenStar Ready; less application; 6M cab - Economy cab w/RH console; standard seat; manual telescopic mirrors; standard radio; hydraulic pump - 80l/min; 3 Mechanical SCVs (3 SCVs 450 Series);Rear PTO - 540/1000 rpm; draft links w/telescopic Ball end - Category 2; Center link w/ball end, category 2; Sway control blocks; a Flange-type rear axel; Adjustable steel wheels (steel disk); Rear Wheels, 420/85R34; Front & Rear Firestone Tires; 4WD Front Axel, Unsuspended; Adjustable steel wheels; Front wheels 340/85R24; Fuel tank bottom guard; Dual Beacon Lights; Heavy Duty Rear Wheel Brakes. 1 EA
002 Hydraulic system will consist of a hydraulic oil reservoir that will have a minimum capacity of 35 gallons, with a minimum volume of 28 gallons to the sight glass; hydraulic oil reservoir will be equipped with a combination sight glass and thermostat; will have a filter with 10 micron element, 75 gpm rated, and a restriction gauge visible to the operator; hydraulic oil suction will bean unrestricted 1.5" ID(specifically excluded will be the suction filter and screens); hydraulic oil pressure and return system hoses will be 1"ID high pressure unrestricted. Hoses will have a burst pressure 4x working pressure; hydraulic oil pressure, return and lift system steel hydraulic lines will be mounted at the rear of the boom arms. Wire braid reinforced hydraulic lines will be used t all flexible positions on he boom arms (hydraulic hoses/tubing will not be allowed inside boom arms). Pump drive shaft powers hydraulic pump for power to hydraulic motor, is attached to tractor crankshaft and have a rating of 180 hp. m Hydraulic pump will have a rating of 98 hp input and motor will be gear type with cast steel housing and steel gears (specifically excluded are aluminum pumps, motors and aluminum gears).. Hydraulic oil to the power center head will not pass through a restriction causing valve while operating the cutting head; main hydraulic control valve will be non-restrictive, electric solenoid type, with starter lockout switch; hydraulic oil will be cooled by air-to-oil cooler equipped with a reversible electric fan; hydraulic oil for the lift system will be supplied fy front mounted pump and will be filtered by a 10 micron high pressure filter. Primary lift cylinder will be single acting, industrial type, welded equipped with nitrogen accumulator and auto-cushioning device. All cylinders will be heavy duty industrial type, niro steel rod welded all cylinder pinned pivots points will be grease-able. Hydraulic lift cylinders will be mounted on the top side of the boom arms; the rear cradle (travel/rest) will be axel mounted, specifically excluding 3-point hitch cradle mounts, and will be constructed of 5" x 5" and 3" x 3" tubing of 3/8" wall thickness. Boom hydraulic function to be controlled by in cab electronic joystick with 4 proportional outputs. Proportional outputs are to be used by a 4 bank electro-hydraulic proportional load sensing valve with manual override accessible to the operator. 1 EA
003 Cutting head will not weigh less that 905 lbs, have 435*combined rotation and a cutting width of 60" actual cut. It will have a spring loaded, retractable shield for deflecting debris; have a minimum rating of 99 hp. Cutting head will be attached to the spindle by (12) 1/2" grade-8 bolts and (6) 5/8" grade 8 bolts with tapered bolt protector. Cutting assembly will be a 37" solid 1" thick steel disk with (3) radial cutouts and (3) case hardened threaded inserts welded into place; assembly will accommodate (3) 5/8" x 5" x 17-3/16" 360* swinging single edge brush or grass suction knives attached to the dish with hexagonal blade bolts, castle nuts and roll pins. Spindle will be one piece, 4140H heat treated steel mounted in taper roller bearings; will be direct coupled with a splined end, and have a minimum speed of 1,400 rpm. Spindle will be equipped with an easily-serviceable insert, machined from 117 steel. Insert will have a lower failure point than the motor output shaft or the spindle shaft. 1 EA
004 Diamond Rear Cradle 60" Boom Mower; 22 foot Boom; mainframe of boom mower will be solidly mounted, bolted, as well as mid and rear braced to tractor main mid-body to absorb side torque and impact of severe applications. The primary boom structure will have a minimum of the following sectional properties: Torsional 74.9" Bending (horizontal) 60.1" bending (vertical), 23.8" The primary boom will be constructed of 8" x 6" x 1/4" steel tube and reinforced with 3/8", T1 steel. The secondary boom structural tube will have a minimum of the following: Torsional 25.0" bending (horizontal) 22" bending (vertical) 11.7". The secondary boom will be constructed of 6" x 4" x 1/4" steel tube and reinforced with 3/8" T1 steel. Boom swivel bracket will be triple anchored with 1" thick T1 steel. All three (3) anchors will have 360 grease groove hardened spring steel replaceable split bushings. All three (3) anchors will be each be equipped with a grease zerk. Boom will have replaceable steel bracketed acetal lined bearing with grease pockets at all pivot points. Boom swivel point will be mounted high enough for the boom arm to be capable of passing over a road side guard rail without interruption and will be capable of resting in cradle mounted on right rear side of tractor for road travel. Verticle boom movement will be powered by the use of hydraulic cylinders and all boom pinned pivots points will be grease-able. d 1 EA
005 Unit will be equipped with a single acting, single sloenoid travel lock that will lock the deck roll hydraulic function when engaged with the boom arm in its travel rest. Boom hydraulic controls will be securely mounted so a not to interfere with other operator controls. A polycarbonate lexan wildow will be installed to provide safety protection for the operator. It can be installed in place of, over the glass or attached to a frame on the right side of the cab windows. Boom dimemsions are measured from the ground level and the tractor's center line. Boom reach, height, and depth may vary depending upon the tractor and/or tire configuration. Crankshaft adapter and spacer will be bolted securely to the front of the crankshaft pully with cap screws and lock washers for the pump drive shaft and spline coupling to be mounted; hydraulic pump mounting bracket will be bolted securely to the front of the tractor with spacers and will be able to allow the hydraulic gear pump to be mounted and properly connected with spline coupling. The control box containing solenoid switches will be for controlling hydraulic flow from the hydraulic pump to the hydraulic motor; it will be mounted in a dray and well-protected area with wiring routed, and a 30 amp breaker in the cab area. All wiring installed will be properly routed and protected with plastic wire cover and rubber boots for protection. Additional hydraulic valving will be installed on the exterior of the right rear cab so valving will be accessable to the operator. Weights will be attached properly to tractor wheel (specifically excluded will be the frame mounted weight). All proper safety stickers will be attached to the boom mower. Boom mower to be factory installed and on-site training for operators provided 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Clauses The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort Riley KS   66442

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB