Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2023 SAM #8036
SOURCES SOUGHT

W -- Leasing Material Handling Equipment (MHE) in Guam: The Defense Commissary Agency (DeCA) � is seeking written responses with information to assist the Government with identifying potential sources that are interested in and capable of leasing Material Handl

Notice Date
11/26/2023 7:28:00 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
DEFENSE COMMISSARY AGENCY-PAC AREA APO AP 96368-5156 USA
 
ZIP Code
96368-5156
 
Solicitation Number
HQC01124RFI
 
Response Due
11/29/2023 10:00:00 PM
 
Archive Date
12/15/2023
 
Point of Contact
Roger Bessette, Phone: 011819893811116342161, Kieko Ishikawa, Phone: 3156342290
 
E-Mail Address
roger.bessette@deac.mil, Kieko.ishikawa@deca.mil
(roger.bessette@deac.mil, Kieko.ishikawa@deca.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION (RFI) 1.0 Description 1.1 The Defense Commissary Agency (DeCA) � Contracting Office located in Okinawa, Japan is seeking written responses with information to assist the Government with identifying potential sources that are interested in and capable of performing the work as described in Section 2 below and providing responses to the questions in section 4.0 1.2 This is a Request for Information only: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes, Notice/Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation.� The Government is not requesting quotes, proposals, bids or any type of pricing at this time, only information.� Any formal requests for Quote, Bid or Proposal will be publicized on SAM.gov. 2.0 Requirement 2.1 The DeCA- Pacific Contracting Office is contemplating a solicitation to lease Material Handling Equipment (MHE) for a period of up to one year (1) to include maintenance, repair, and emergency repair services plus four (4) one-year options is anticipated upon the conclusion of the basic one-year contract. The MHE must not be older than 3 years. The Contractor shall ensure the MHE is delivered to the end-users within 48 hours of contract award and must meet the minimum acceptance criteria provided herein. 2.2 Initial Vehicle Inspection: Contractor shall deliver all vehicles to the Guam CDC, Andersen AFB Commissary, and Orote Commissary. Contractor shall be required to unload the MHE at time of delivery. Upon delivery, the contractor and Contracting Officer Representative (COR) shall complete the joint inspection of MHE to document the condition upon arrival. The joint inspection form shall include an inventory list of the equipment, all parts and accessories that come with the MHE. Copies of the joint inspections shall be signed by Contracting Officer Representative (COR) after the inspection. In the event the MHE is replaced at any time, a new joint inspection will need to be conducted. All contractor inspection forms shall be forwarded to the designated Guam CDC, Andersen Commissary, and Orote Commissary POCs. MHEs delivered shall be in good and operable condition and have clean interiors/exteriors. 2.3 Contractor Management: The contractor shall provide a 24 hour/7-day a week point of contact in the event that an emergency or required repair arises. Phone number(s) and email address(es) are required. 2.4 Preventative Maintenance: Contractor shall provide all routine maintenance in accordance with the industry standards (as well as towing and replacements, if needed). The quarterly inspection should also adhere to the guidelines set by U.S. laws and regulations. Arrangements for local unscheduled maintenance shall be made by the contractor with a response time not to exceed 24 hrs. Prior to beginning of the scheduled maintenance, an inspection shall be conducted by both the contractor and the Contracting Officer Representative (COR) to annotate the general conditions of the (MHE). A minimum notice of 72 hours shall be required prior to the routine service maintenance. In the event that the (MHE) needs repairs or becomes inoperable, the contractor shall perform on/off site servicing/repairs within 24 hours. If the servicing or repairs take longer than 24 hours from the time the Government notifies the contractor of the equipment issue, the contractor shall provide a replacement (of the same type, capacity, and condition) within 24 hours. 2.5 Accident Repairs: The COR shall notify the contractor within twenty-four (24) hours of any damages incurred during the rental period. Following this notification and within seven (7) working days the contractor shall submit two (2) written estimates for damages and a written documentation or statement listing the repair costs, POC�s, and phone numbers of the firms or companies the quotes originated. Contractor shall provide photographs of the damages to the COR. After a review of facts and circumstances, the Contracting Officer will make a determination for equitable adjustment and a modification will be issued. If the vehicle is inoperable due to the damage, the contractor shall provide a new vehicle of the same type and capacity to the Government within 24 hours. Once notified of damage by the Government, the contractor shall respond within 24 hours to take action. 2.6 Final Vehicle Inspection: Final vehicle collection and inspection shall take place at Guam CDC, Andersen Commissary and Orote Commissary facilities. Copies of any contractor inspection forms shall be provided to the Guam CDC Andersen Commissary, and Orote Commissary Contracting Officer Representative(s) upon completion of the inspections. All discrepancies in vehicle condition will be addressed by the Guam CDC, Andersen Commissary and Orote Commissary Contracting Officer Representative(s). The Contracting Officer Representative will ensure accessories received with the vehicle (and annotated on the joint inspection form) are in the vehicle at the time of return. The contractor shall complete a joint inspection on the vehicle and annotate any damages other than normal wear and tear. Any accident damage found to be other than normal wear and tear shall be the responsibility of the Government. Upon final inspection, each vehicle shall be collected/loaded by contractor personnel. Government personnel shall return the vehicle with clean interiors/exteriors. 3.0 BACKGROUND: The lease of MHE is required for CDC Guam, Andersen Commissary, and Orote Commissary. The MHE is used in support of DeCA daily operations and must be kept in the standard and operating conditions at all times.� DeCA is currently seeking information on both short-term (3-6 months) and long term (6-60 months) leasing capabilities. 3.1 The contractor shall provide labor, materials, equipment, supervision, and transportation necessary within 24 hours for the lease equipment and labor necessary to repair and maintain Material Handling Equipment (MHE) for Defense Commissary Agency (DeCA) facilities located in Guam. Maintenance and repair shall be in compliance with all manufacturer specifications, U.S. military regulations, local and U.S. Federal laws and regulatory OSHA standards. 3.2 CLINs will be set-up as follows: CLIN 0001: Guam CDC MHE 1001: Electric Sit-Down Forklifts (9 Qty) 1002: Electric Stock Selectors (4 Qty) 1003: Narrow Aisle Forklift Swing Mast (4 Qty) CLIN 0002: Orote Commissary 2001: Electric SitDown Forklift (1 Qty) CLIN 0003: Andersen Commissary 3001: Electric SitDown Forklift (1 Qty) ��������������������������� The Electric Sit-Down Forklifts provided shall have a minimum operational load rated capacity of 4000 lbs; Power steering, Fork length is 42 inches, Tilt capability, Side shift capability, collapsed mast unit; height not to exceed 86 inches. Standard elevated fork height to be 187 inches (Triplex) at full extension. Four wheeled unit. Non-marking rubber cushioned wheels for indoor/improved surface operations. Front and rear work lights. Backup/reverse beeper. Load Back Rest (LBR) standard is 48 inch high. Dry charged battery, Horn, key switch, hour meter, and discharge indicator, Zero-degree (Fahrenheit) cold storage/freezer conditioning package, Anderson SB350 gray electrical connector, 36-volt electrical system. Battery rated for 8 hours of continuous duty. Industrial battery with minimum 680 ampere hour capacity, External 208-460 Volt Charger (NO on Board Charger Packs). Keys Required - No operator PIN's). The Electric Sit-Down Forklifts must not be older than 3 years. The contractor shall ensure Electric Sit-Down Forklifts are delivered to the end users within 48 hours of contract award and shall meet the minimum acceptance criteria provided herein. The Electric Stock Selectors provided (to facilitate palletized cargo movement and order picking in narrow aisles (72 inches) from ground level to elevated storage) shall have a minimum operational load rated capacity of 3,000 lbs. Power steering, Fork length is 42 inches, collapsed mast unit; height not to exceed 89 inches (to include the overhead guard). Standard elevated fork height to be 195 inches (Triplex) at full extension. Four wheeled unit. Non-marking rubber or polyurethane wheels for indoor/improved surface. Backup alarm and strobe lights. Overhead protective guard over the operator. Tether and safety harness. - Anderson SB175 red battery connectors. Minimum 24-volt operating system. Horn, dual spotlights, key switch, hour meter and discharge indicator. Pallet clamp and centering device. Cold storage/freezer conditioning, Dry charge battery, Battery rated for 8 hours of continuous duty. Operator lights and Fans. External 208-460 Volt Charger (Preset to 208 volts) (NO on Board Charger Packs). Keys Required � (No operator PIN's). The Electric Stock Selectors must not be older than 3 years. The contractor shall ensure Electric Stock Selectors are delivered to the end users within 48 hours of contract award and shall meet the minimum acceptance criteria provided herein. The Narrow Aisle Forklift Swing Masts provided (to put away and pull product from very tall warehouse shelving with very narrow aisles) must be Electric battery powered 48-volt, 1,000-amp hour, Battery rated for 5 hours of continuous duty.SB 350 Blue Battery Connectors. Operational load rated capacity of 5000 pounds. Raised fork height needs to be a MINIMUM of 310 inches. (Top Shelf is 307"") Collapsed mast unit height; not to exceed 120 inches as a 3 or 4 stage high visibility mast.� 90-degree right side mast rotation or 180 degree left to right rotation. 21 to 24 inches and mast shift.� Forks or mast must tilt FWD/RWD approx. 3 to 4 degrees each way. Laser fork height indicator.�� Camera with operator compartment monitor.� Standard fork length is 42 inches. 42-inch-wide fork carriage. Power steering, key switch, electric horn, and hour meter. Electronic ignition. Automatic transmission.� Operator restraint system. Non-marking tires. Horizontal Tilt Indicator, Backup/Reverse alarm. Work Lights. Cold storage, -20 to -24 degrees Fahrenheit. Electrical Requirements:� 48-volt battery charger, standard CONUS electrical requirement for charger is to be 208-480V / 60 Hz / 3 Ph.� Charger Preset to 208 volts). The Narrow Aisle Forklift Swing Masts must not be older than 3 years. The contractor shall ensure (Narrow Aisle Forklift Swing Mast is delivered to the end users within 48 hours of contract award and shall meet the minimum acceptance criteria provided herein. DESCRIPTION������������������������������������������� LOCATION�������������������� QUANTITY Electric Sit-Down Forklift������������������� ��������� Guam CDC����������������������������� 9 Electric Sit-Down Forklift ��������������������������� Andersen Commissary������������ 1 Electric Sit-Down Forklift ��������������������������� Orote Commissary������������������ 1 Electric Stock Selectors�������������������� ��������� Guam CDC����������������������������� 4 Narrow Aisle Forklift Swing Mast ��������������� Guam CDC����������������������������� 4 4.0� Questions 4.1� Does your firm have on-island assets to meet all equipment requirements. 4.2� How will your firm ensure it has sufficient assets available to replace MHE that cannot be repaired in-place within 24 hours of down time. 4.3� What capabilities do you have in place to ensure you have sufficient repair parts on-hand to repair equipment on-island. 4.4� Describe any sub-contracting or teaming agreements you may have in place that would support rapid actioning of the supply, repair or replacement of MHE equipment if/when it becomes inoperable. 4.5� If your firm is not a small business, please describe what (if any) Small Business relationships or sub-contracting capabilities you have in place to maximize the use of Small Business concerns. 4.6�� What is the feasibility of obtaining MHE in Guam that is less than three years old? 5.0 Responses 5.1 Please respond to this notice with a capability statement and responses to questions in Section 4.0 if interested in submitting a quote for the follow-on solicitation no later than 3:00 p.m., Thursday, 30 Nov 2023 JST (Japanese Standard Time).� POC for all inquiries is Ms. Roxan Boado (Contract Specialist), email at roxan.boado@deca.mil and Mr. Roger Bessette (Contracting Officer), email at roger.bessette@deca.mil 5.2 All responses must be submitted electronically via email to Ms. Boado, email at roxan.boado@deca.mil (Contract Specialist) and Mr. Roger Bessette (Contracting Officer), email at roger.bessette@deca.mil 5.2.1 Cover Sheet must have RFI title, company name, cage code and DUNS number, address and technical POC. (See Attachment #1) 5.2.2 Capability Statement must have enough information to determine the company�s ability to provide the services. 6.0 Disclaimer 6.1 This RFI notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. Sources Sought Information, and Capabilities for Material Handling Equipment (MHE) lease, maintenance and repair services. Please fully complete each section of the form below. Company Name: _____________________________________________________________ Company Address: ___________________________________________________________ DUNS Number: _____________________________________________________________ Point of Contact: ____________________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ Detailed Information: 1. Please attach your Company�s Capability Statement for the Material Handling Equipment (MHE) Lease, Maintenance and Repair services along with written responses to the questions posed in Section 3.0.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e5cbf39069943729d7fa64d41899688/view)
 
Place of Performance
Address: Yigo, GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN06893881-F 20231128/231126230046 (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.