John Deere Tractor Service
ID: 12405B25Q0066Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS SEA AAO ACQ/PER PROPSTONEVILLE, MS, 38776, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS (J024)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 10:00 PM UTC
Description

The Department of Agriculture's Agricultural Research Service (ARS) is seeking quotes for maintenance services on seven John Deere tractors, as outlined in solicitation number 12405B25Q0066. The procurement requires vendors to perform a multi-point inspection and necessary repairs, ensuring the tractors are operationally ready for the upcoming season, with all services to be completed within 60 days of contract award. This opportunity emphasizes the importance of technical compliance and contractor reliability, with evaluations based on technical specifications, past performance, and price. Interested vendors must submit their quotes electronically by January 17, 2025, and can direct inquiries to Lynn Hults at lynn.hults@usda.gov.

Point(s) of Contact
Files
Title
Posted
Jan 6, 2025, 9:05 PM UTC
The document outlines a Statement of Work for servicing and repairing seven John Deere tractors. The main tasks include performing a multi-point inspection, evaluating horsepower, cleaning, checking the hydraulic system, inspecting engine components, assessing operator station functions, and ensuring proper fluid levels. Additional needed repairs are specified for certain tractors, such as replacing a PTO shield and fixing hydraulic hoses. The prospective vendor must be certified John Deere mechanics and is responsible for picking up and returning the tractors post-servicing. The service must be completed within 60 days of contract award, with any needed repairs requiring prior approval for additional costs. This RFP highlights the government's commitment to maintaining its equipment's operational readiness for the upcoming season while ensuring compliance with technical and certification standards.
Jan 6, 2025, 9:05 PM UTC
The document outlines the service contract provisions under Federal Acquisition Regulation (FAR) FAC 2020-01, applicable to contracts under $250,000. Key provisions include the annual representations and certifications required from offerors, particularly concerning small business definitions based on the North American Industry Classification System (NAICS) code 811310 and criteria for various small business classifications, such as veteran-owned and women-owned businesses. The file specifies certifications related to compliance with federal tax obligations, regulations around contracting with entities engaged in specific activities concerning Sudan and Iran, and stipulations around criminal convictions. It also emphasizes the need for offerors to complete relevant certifications electronically in the System for Award Management (SAM). Furthermore, evaluation criteria for commercial item offers are established, focusing on price, technical specifications, and past performance. The document's purpose is to provide a structured framework for federal contractors to ensure compliance with various federal regulations, promote fair competition, and facilitate the use of small businesses in government contracting. Overall, it serves as a guide for ensuring that federal solicitations and contracts adhere to established standards and requirements to protect government interests and promote accountability.
Jan 6, 2025, 9:05 PM UTC
The USDA's Agricultural Research Service (ARS) has issued a Combined Synopsis/Solicitation (RFQ number 12405B25Q0066) seeking quotes for maintenance services on seven John Deere tractors, following the format established under Federal Acquisition Regulation (FAR) guidelines. The procurement falls under NAICS code 811310 and applies the small business size standard of $12.5 million. The government intends to award a Firm Fixed Price contract based on a comparative evaluation of technical proposals, past performance, and price. Vendors must provide detailed quotes that include breakdowns of pricing, technical specifications, and past performance information, which must be rated as “acceptable” for eligibility. Past performance evaluations will rely on systems including SAM.gov and CPARS, with negative evaluations rendering a vendor’s overall submission unacceptable. All submissions should be emailed by January 17, 2025, and contractors must be registered in SAM before award eligibility. The RFQ emphasizes electronic submission, with questions accepted until January 14, 2025. This solicitation exemplifies typical federal procurement processes, emphasizing technical compliance and contractor reliability.
Jan 6, 2025, 9:05 PM UTC
The document consists of a disorganized compilation of characters, symbols, and fragments, making it largely illegible and lacking coherent content regarding government RFPs, federal grants, or state/local RFPs. It appears to contain encrypted or corrupted data, which obscures any identifiable main topics, key ideas, or supporting details. Given the context of government RFPs and grants, one could surmise that the intended content may involve vital information about funding opportunities, project proposals, or procurement guidelines relevant to federal and state agencies. However, the document's structure does not provide any discernible information to facilitate analysis or understanding. In summary, this file does not convey any actionable insights or topics related to government contracting or grants due to its unreadable format. Further investigation or a clean version of the document is necessary to extract relevant information pertinent to RFPs and grants.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Direct Management Systems Building Automation Preventative Maintenance/Repair
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the Direct Management Systems Building Automation Preventative Maintenance and Repair at the Appalachian Fruit Research Station in Kearneysville, West Virginia. The contract, identified as solicitation number 12305B25Q0050, requires comprehensive preventative and emergency repair services for the Building Management Systems, with a performance period spanning from August 1, 2025, to July 31, 2030, including four optional extension years. This procurement is critical for maintaining operational integrity and enhancing agricultural research productivity, as the contractor must be an authorized representative of Schneider Electric, capable of servicing specific software and control systems. Interested parties must submit their quotations electronically by May 7, 2025, and direct any questions to Monte Jordan at monte.jordan@usda.gov by April 30, 2025.
Generator Maintenance Services
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide generator maintenance services at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The procurement involves quarterly maintenance of four generators and a fire pump engine over a one-year period, with the possibility of four one-year extensions, ensuring the reliability of backup power systems critical for agricultural research operations. This total small business set-aside opportunity, under NAICS Code 811310, emphasizes compliance with federal labor standards, including wage determinations and contractor qualifications. Interested vendors must submit their quotes electronically by 3:00 PM Central Time on May 15, 2025, and are encouraged to contact Frank Palmer at frank.palmer@usda.gov for further inquiries.
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The procurement involves comprehensive landscaping maintenance, including scheduled visits for tasks such as edging, trimming, and weed control, with an emphasis on maintaining a well-groomed appearance and compliance with federal, state, and local regulations. This initiative is crucial for enhancing the aesthetics and functionality of the USDA's facility, ensuring a safe and appealing environment for its operations. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to Lam Pham at lam.pham@usda.gov. The solicitation number is 12905B25Q0042, and the contract period is set from May 14 to August 14, 2025, with additional options for extended service.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
Tractor with attachments
Buyer not available
The Department of Defense, specifically the Directorate of Public Works in Baumholder, Germany, is seeking to procure a tractor with various attachments to support the Roads and Grounds maintenance department. The procurement includes a tractor that meets stringent technical specifications, such as a minimum power of 275 horsepower, compliance with EU directives, and a range of attachments including front loaders and mulchers, all aimed at enhancing operational efficiency for municipal activities. Interested vendors must ensure that the equipment is delivered with a full tank of fuel, operating instructions in both English and German, and a two-year warranty, while also providing local maintenance service options. For further inquiries, interested parties can contact Sonya Miller at sonya.k.miller.civ@army.mil or Anna-Karina Dragolich at anna-karina.dragolich.civ@army.mil.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
Soybean Oil
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the supply of soybean oil through a combined synopsis/solicitation identified as solicitation number 12805B25Q0099. The procurement aims to secure a firm fixed price purchase order for soybean oil, which is essential for research and development activities at the U.S. Meat Animal Research Center located in Clay Center, Nebraska. This opportunity is set aside for small businesses, with a focus on compliance with various Federal Acquisition Regulations (FAR) and an evaluation methodology based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by 4:00 p.m. Central Time on April 28, 2025, to James Porter at james.porter@usda.gov, ensuring all required documentation is included for consideration.
23--Additional questions and answers for solicitation DE-SOL0004183
Buyer not available
Special Notice: U.S. Department of Energy (DOE) intends to solicit a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract for the purchase of Replacement Armored Tractors. These tractors are used for defense programs and will be procured by the National Nuclear Security Administration (NNSA) Contracts and Procurement Division (CPD). The contract requires a minimum of 3 and a maximum of 42 tractors, with an annual limitation of 9.
Tractor, Rubber Tired, Articulated Steering Multipurpose (TRAM)
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking proposals for the procurement of up to 535 Tractor, Rubber Tired, Articulated Steering Multipurpose (TRAM) units. These medium scoop loaders, equipped with a 4-in-1 multipurpose bucket and fork attachment, are essential for the Marine Corps to operate effectively over uneven and unprepared surfaces. The resultant contract will be a firm fixed-priced Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a performance period of ten years, including five 12-month ordering periods and five 12-month option periods. Interested parties must register in the System for Award Management (SAM) and submit proposals by June 2, 2025, with questions due by May 2, 2025. For further inquiries, contact Stefanie Conway at stefanie.conway@usmc.mil or call 703-489-3270.
Utility vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of two Workman HDX 4WD TORO utility vehicles. The vehicles must meet specific requirements, including a manual transmission, on-demand 4WD capability, a hauling capacity of up to 3,500 lbs, and features such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for various operational tasks within military installations, ensuring efficient transportation and logistics support. Interested vendors should contact Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.