Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2023 SAM #7806
SOURCES SOUGHT

99 -- Sources Sought 10K forklift with roller tines; Anderse and Won Pat

Notice Date
4/10/2023 8:19:01 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA4452-23-MHEGUAM
 
Response Due
4/27/2023 2:00:00 PM
 
Point of Contact
Karlye Keil, Phone: 6182569842, James Barrett, Phone: 6182569933
 
E-Mail Address
karlye.keil@us.af.mil, james.barrett.21@us.af.mil
(karlye.keil@us.af.mil, james.barrett.21@us.af.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT The 763rd Enterprise Sourcing Squadron (763 ESS) is seeking sources for two 10K forklifts with roller tines: one at Andersen Air Force Base and one at Antonio B. Won Pat International Airport, Guam. CONTRACTING OFFICE ADDRESS:� 763 ESS, 510 POW/MIA Drive, Building P40, Suite E1004, Scott AFB, IL 62225 INTRODUCTION: This is a Sources Sought to determine the availability and technical capability of industry to provide all required Forklift equipment, products and services and to allow for questions/comments regarding this requirement. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND There is no background information to provide as this is the first time the 763d ESS will be procuring these services in this location. REQUIRED CAPABILITIES: Delivery Locations: Andersen Air Force Base: 1 Antonio B. Won Pat International Airport: 1 Delivery is required on or before: 3 July 2023 Pick up is required on: 22 July 2023 ����������� Delivery POCs will be given after contract award for coordination purposes. See attachment 1: Spec Sheet-10K Standard Forklift SPECIAL REQUIREMENTS:� Base Security: Base security is of the utmost importance. Contractor shall abide by all base security rules and regulations. Current 36 SFS policy directs that all contractors must enter and exit through the North Gate between 0600 hours and 1800 hours, Monday through Friday. Exiting after 1800 hours is authorized through the Main Gate; however, Contractor shall utilize the North Gate for all Mobilization/De-Mobilization of portable toilets and handwashing stations. All access through North Gate outside normal operating hours must be coordinated NLT 3 duty days prior, unless it is an emergency, through the Contracting Officer, and is subject to approval by 36 SFS. If required, the Contractor must submit any Base Access Request revisions and/or renewals NLT 3 calendar days after award.� Base pass requests shall be valid through the contract�s ultimate completion date. Airfield Access and Driver Training: Contractor shall submit initial EAL as stated in the �Submittals� section below. Contractor shall update EAL as required and must notify the Government within 24 hours of employee termination. Personnel accessing the airfield must obtain airfield driver training from 36 OSS prior to performance.� All restricted area badges must be returned to 36 SFS upon contract completion. Badges from any terminated employee shall be turned in within 5 calendar days. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 333924 � Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing, with the corresponding size standard of 900 employees.� To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement�s areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� SUBMISSION DETAILS:� Responses should include: Business name and address; Name of company representative, business title and email; Large or Small Business Size and Type of Small Business (if applicable); Cage Code; UEI Number; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Please provide any questions or concerns you have on the draft PWS and/or NAICS code provided.� Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description.� Documentation should be in bullet format.��� Vendors who wish to respond to this should send responses via email NLT 4:00 PM Central Daylight Time (EDT) on 27 April 2023 to Karlye Keil, Karlye.Keil@us.af.mil and Capt James Barrett at James.Barrett.21@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/027622cc8c0245a9bac6ac4dc8a9812e/view)
 
Place of Performance
Address: AP 96538, USA
Zip Code: 96538
Country: USA
 
Record
SN06646106-F 20230412/230410230113 (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.