Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOURCES SOUGHT

39 -- Electric, 3-Wheeled Forklift

Notice Date
6/25/2020 1:32:51 PM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
 
ZIP Code
88103-5321
 
Solicitation Number
F1L2DC0115AW01
 
Response Due
7/1/2020 3:30:00 PM
 
Archive Date
07/16/2020
 
Point of Contact
Alicia C. Fay, Phone: 5757846470, Elias A. Campos, Phone: 5757846539
 
E-Mail Address
alicia.fay@us.af.mil, elias.campos.1@us.af.mil
(alicia.fay@us.af.mil, elias.campos.1@us.af.mil)
 
Description
No proposals are being requested or accepted with this synopsis and no contract shall be awarded from this synopsis.� Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� Cannon AFB, NM, has been tasked to identify potential sources, market capabilities and market conditions for the acquisition of�Electric Forklift.� The Contractor shall meet all minimum product specification requirements:� 3 or 4-Wheeled, Electric Forklift Number of units: 1ea Minimum lift height of 15.5ft Active Mast Control to improve forklift stability Mast 3-Stage (FSV) with full free lift Max fork height of 189� Overall lowered height of 83.5� Free lift of 35.6� with standard load backrest Minimum lifting capacity of 3,450lbs @ 24� load center Cascade 36"" Hang-On Sideshifter (includes 3 way valve and 3rd function hosing) Additional Equipment: Rear assist grip with horn button 12 Month minimum warranty Delivery Schedule: 90days ADC If 90days ADC cannot be met, please provide an estimated delivery date.� Interested capable commercial sources are being sought to determine the level of interest to provide this requirement.� �This is not a solicitation for proposal, but a solicitation may be issued at a later date.� Any resulting solicitation will be posted electronically to this site.� �The North American Industry Classification System (NAICS) code is 333924�� Industrial truck, tractor, trailer, and stacker machinery, miscellaneous materials handling equipment.� SBA Size Standard is: 750 number of employees.� No reimbursements will be made for any cost associated with providing information in response to the sources sought or any follow-up information request.��Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. The purpose of this announcement is for Sources Sought/Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is issued IAW FAR subpart 13.5 it is to gain knowledge of interest, capabilities, and qualifications of members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Service disabled Veterans-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business�s (EDWOSB), Veteran Owned Small Business, Native American Owned Business, and Native Alaskan Owned Business to compete for this requirement.� The government requests interested parties submit a brief description of their company�s business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUBZone, SDVOSB, etc.).�The Government will use this information in determining its small business set-aside decision. All submittals received will be reviewed for informational purposes only.� The type of solicitation to be issued will depend upon the responses to this sources sought.� The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies.� Any information submitted by respondents to this sources sought synopsis is voluntary.� This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.� Respondents will not be individually notified of the results of any government assessments.� The Government�s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a) etc.). All interested firms should submit a capabilities package that outlines the firm�s capabilities in meeting the above product requirements.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Include in your capabilities package your DUNS, Cage Code, and System for Award Management (SAM) expiration date.� Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address:� alicia.fay@us.af.mil and elias.campos.1@us.af.mil.� All correspondence sent via e-mail shall contain a subject line that reads �FA4855-20-Forklift�.� If this subject line is not included, the e-mail may not get through e-mail filters at Cannon AFB.� Filters are designed to delete e-mails without a subject or with a suspicious subject or attachments.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, .docs, .xsls, or .xls documents are attached to your e-mail.� All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 4:30 PM (MDT) ON 1 July 2020.� Direct all questions concerning this requirement to A1C Alicia Fay at alicia.fay@us.af.mil�AND�SSgt Elias Campos at elias.campos.1@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb86e7fe693d464c94a5e730ccfa96fc/view)
 
Place of Performance
Address: Cannon AFB, NM 88103, USA
Zip Code: 88103
Country: USA
 
Record
SN05703771-F 20200627/200625230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.