Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOURCES SOUGHT

39 -- Forklifts

Notice Date
3/2/2011
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA863011R5014SS
 
Archive Date
3/26/2011
 
Point of Contact
Donald P. Tam, Phone: 9376561589
 
E-Mail Address
donald.tam@us.af.mil
(donald.tam@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base, OH anticipates a competitive acquisition to provide for six (6) 5-ton forklifts. The forklifts must have 4,000-5,000kg capacity. The forklifts must be able to handle heavy, long or bulky loads outside of buildings and be capable of carrying items on uneven ground. Minimum Forklift Requirements: Capacity of 4,000-5,000kg, electronic gearbox with automatic adjustments according to engine speed with selected gear, slow approach control, differential lock with electro-hydraulic control, minimum of 4 forward gears and 3 reverse gears, high ground clearance and large diameter wheels, lift speed minimum 3.7m/s, oil-immersed multidisc hydraulic brakes, closed cab with tinted windows, fabric covered seat, front and rear window wipers and washers, front and rear driving lights, hydraulic differential lock, side shifting option and pneumatic tires. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 333924, size standard of 750 employees. Please indicate number of employees relative to the standard of 750. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the cost of contract performance incurred for personnel as stated in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. FAR 19.001, Non-manufacturer Rule is applicable to this requirement. The Non-manufacturer rule means that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). All capable, interested sources should register on this site and provide specification sheets to Donald Tam via e-mail at donald.tam@us.af.mil. This sources sought is for information and planning purposes only. This sources sought does not constitute a solicitation and is not to be construed as a commitment by the Government to procure the item listed. RESPONSE IS DUE NO LATER THAN 11 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA863011R5014SS/listing.html)
 
Record
SN02391357-W 20110304/110302234350-63225a638162237ea3a5a211402031d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.