Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SOURCES SOUGHT

39 -- Sources Sought / Special Notice For Narrow Aisle Reach Truck

Notice Date
8/8/2024 1:59:07 PM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
RFINarrowAisleReachTruck
 
Response Due
8/7/2024 2:30:00 PM
 
Archive Date
08/22/2024
 
Point of Contact
Tawana Sizemore, Benjamin C. Hymas
 
E-Mail Address
tawana.m.sizemore.civ@army.mil, benjamin.c.hymas.civ@army.mil
(tawana.m.sizemore.civ@army.mil, benjamin.c.hymas.civ@army.mil)
 
Description
INTRODUCTION This sources sought synopsis is being issued as a means of conducting market research to identify parties having an interest in and the resources to support a potential contract, which is anticipated to be a Firm Fixed Price (FFP) contract for quantity one (1) narrow aisle reach truck, also known as a standup forklift, capable of safely lifting, transporting, and storing palletized loads of various sizes, weights, and material composition while maneuvering in the narrow aisleways of a warehouse rack system. Delivery is expected to be no later than 6 months from contract award, however the Government may consider offers with longer lead times, provided they do not exceed 12 months from award. This is an exchange with industry before receipt of proposals as defined in FAR 15.201(c)5.� This notice is solely for information and planning purposes. �It does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future.� The government does not intend to award a contract on the basis of any responses received.� An RFP is not available at this time.� Requests for a solicitation will not receive a response.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� The Government will not reimburse respondents for information solicited.� The information provided herein is subject to change and in no way binds the Government.� The Government reserves the right to consider acquisition strategies as deemed appropriate.� REQUIRED CAPABILITIES The contemplated contract action is for quantity one (1) electrically-powered narrow aisle reach lift truck, battery, charger, and supporting documentation. The contractor will be required to deliver the equipment to the ASC � PSCC, Tobyhanna Army Depot, Building 2 � Bay 5, 11 Hap Arnold Blvd, Tobyhanna, PA 18466.� Concurring with or shortly after delivery, the contractor will be required to travel to Tobyhanna Army Depot to perform an on-site demonstration of features and functions as part of acceptance testing.� A minimum 12-month standard/36-month power train warranty for parts and labor will also be included. The proposed equipment should meet all salient characteristics listed below. SALIENT CHARACTERSTICS Type: Narrow-Aisle Reach Short Wheelbase Operation: Side Stance Standup Power: Electric, lead acid battery powered, 36 VDC. 208VAC 3-phase charging. Quantity one (1) manufacturer-approved battery shall be included. Quantity one (1) manufacturer-approved 208VAC 3-phase battery charger shall be included. Maneuverability: Capable of maneuvering in zero clearance aisles with a 48-inch x 48-inch pallet load at aisle width of 116 inches. Minimum lift capacity: 3,500 lbs at 24-inch load center. The lift capacity must be maintained throughout the full range of lift height and fork adjustment operations. Minimum max lift height: 194 inches Maximum lowered mast height: 105 inches Maximum overall truck height (including all lights & attachments): 110 inches Minimum mast tilt: 3 degrees forward; 4 degrees backward Minimum backrest height: 48 inches Minimum carriage side shift: 6 inches (3 inches per side) Minimum ground clearance: 2 inches Minimum operator clearance: 82 inches Fork length: 42 inches Wheels & Tires: ����� Minimum 41"" inside dimension outrigger bars ����� Four (4) articulating tandem load wheels with sealed bearings ����� Single rear drive tire, rubber ����� Dual rear casters, poly Parking brake Backup alarm Amber strobe light(s) Red zone lights (both sides) Backup light(s) Adjustable headlights/work lights w/ guards Key switch, removable Battery charge indicator Automatic shut off Hour meter, maintenance indicator Static dissipative ground strap OSHA compliant rating/capacity plates, decals, marking and labeling ELIGIBILITY The applicable NAICS code for this requirement is 333924 with a Small Business Size Standard of 900 employees. The Product Service Code is 3930. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement and/or product brochure no longer than three� (3) pages in Times New Roman font, size 10 or larger. This documentation must address at a minimum the following items: Description of the same or similar work your company has performed in the past to provide the same or similar requirement. � Description of at least one offered product meeting the salient characteristics as described above, including pertinent manufacturer�s technical specification data. � Explanation of your company�s ability to perform at least 50% of the tasking described, in compliance with FAR 52.219-14. � Company information: name, CAGE / SAM UEI, business size (small or large) for respective NAICS per sam.gov Reps & Certs (FAR / DFARS), FAR 52.219-1. � Indicate any SBA Certified Socioeconomic status per the SBA Dynamic Small Business Search profile.� Submittal of capabilities statements (or any pre-submission questions) are requested via electronic mail to Tawana Sizemore, Contracting Officer, CCAM-CAD-B, ACC RSA, tawana.m.sizemore.civ@mail.mil no later than 4:30 PM CST on Wednesday, August 13, 2024.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ba8e2c687da46c48e612be75104f3f5/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07163393-F 20240810/240808230128 (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.