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
    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
    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.
    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.
    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.
    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
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Canola Meal for Prairie du Sac Farm
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for a 12-month contract to supply canola meal for the USDA Prairie du Sac Farm in Wisconsin. The procurement requires approximately 506 tons of canola meal, delivered in about 23 shipments, with each delivery consisting of around 22 tons and a minimum crude protein content of 36%. This contract is crucial for supporting the farm's operations and is set aside exclusively for small businesses under NAICS code 311224, with a size standard of 1,250 employees. Interested vendors must submit their quotes by providing detailed pricing and company information, including SAM registration, by the deadline of February 8, 2027. For further inquiries, potential offerors can contact Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.