SOLICITATION NOTICE
39 -- Stock Picker
- Notice Date
- 9/17/2022 3:28:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- W7NG USPFO ACTIVITY MNANG 133 SAINT PAUL MN 55111-4112 USA
- ZIP Code
- 55111-4112
- Solicitation Number
- W50S7E-22-Q-0029
- Response Due
- 9/23/2022 1:00:00 PM
- Archive Date
- 10/08/2022
- Point of Contact
- Maj Ann Feist, Phone: 6127132626, SMSgt Mikkael R. Hahn, Phone: 6127132613
- E-Mail Address
-
ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil
(ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07. This combined synopsis/solicitation is set-aside 100% for small business. The North American Industrial Classification Standard 333923 applies to this solicitation; business size standard is 1,250 EMP.� The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Quotes must be good through 30 September 2022. The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following: Stock Picker/Scissor Lift 1-person drivable Stock Picker/Scissor lift salient characteristic: Quantity: 1 each Emergency stop button and lowering system Features materiel tray, drivable at full heights and has a battery power source. Operator Compartment 300lb or greater Load Tray 200lb or greater and maximum size of tray possible Powered load tray, moves up and down with a push of a button that is available to the user/rider while in any position Load Deck 250lb or greater Platform fully raised measured at the top of the operator compartment needs to be 140in or greater Vehicle Length 66in or less Vehicle Width 30in or less without bumpers on Turning Radius 47.5in or less 30 amp auto start/stop charger (85-265 vac) On/off key switch Horn Adjustable Alarms for Travel/Forward/Reverse/Lift/Lower Flashing lights on front and rear of power unit Operator storage compartments Battery, maintenance-free, not a wet battery Battery Charging Display on service panel indicating: Abnormal Charge, Charging, Charge Complete Travel speed switch Power disconnect button located on platform and service panel Raise and lower control on platform and on the service panel ***Will be driving in warehouse with a level concrete floor ***Comply with all laws and regulations, including OSHA Quote must include enough detail and specification to allow for ease of evaluating against the stated requirement and evaluation factors. ****Quotation instructions**** Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, technical acceptability, delivery time, and past performance (see 52.212-2 provision). When combined, non-price evaluation factors are considered equal to price. All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quote Instructions: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. If not already registered in SAM, go to https://sam.gov/ to register prior to submitting quote. Quotes are due in this office no later than 23 September 2022 @ 3:00 PM (CST).� Offeror MUST provide Tax ID and CAGE Code and UEI# with proposal.� All questions and quotes must be directed to the 133AW Contracting Officer via email at ann.feist.1@us.af.mil. Questions asked within 2 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. See attachment for terms and conditions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/597b4c8d8dae45f7bbdbf33c858219e4/view)
- Place of Performance
- Address: Fort Snelling, MN 55111, USA
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN06469429-F 20220919/220917230119 (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 |