SOURCES SOUGHT
99 -- Sources Sought for one (1) each Diesel Lift Truck
- Notice Date
- 7/8/2020 1:23:51 PM
- Notice Type
- Sources Sought
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-Q-0135
- Response Due
- 7/14/2020 12:00:00 PM
- Archive Date
- 07/29/2020
- Point of Contact
- Christine Chase, Phone: 3013944012, Brianna Murphy, Phone: 3013940261
- E-Mail Address
-
christine.m.chase10.civ@mail.mil, Brianna.Murphy.ctr@mail.mil
(christine.m.chase10.civ@mail.mil, Brianna.Murphy.ctr@mail.mil)
- Description
- �(1) Action Code�:���� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date�: 07/08/2020��������� (3) Classification Code�: 23 (4) NAICS Code:����� 333924���������� (5) NAICS Size Standard: 500 people (6) Contracting Office Address:���� 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject:� Sources Sought for one (1) each Diesel Lift Truck (8) Proposed Solicitation Number:� W911QX-20-Q-0135 (9) Sources Sought Closing Response Date: 07/14/2020 (10) Contact Point: Brianna Murphy @ brianna.murphy.ctr@mail.mil (11) ��� A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. The Government requires one (1) each Solid Pneumatic Tired Counterbalanced Forklift with side shifting fork positioning that meets the following minimum specifications: Forklift The engine shall be at a minimum 100 horse power, water cooled, four (4) cylinder diesel fueled, Turbocharged, and low emission (meeting the EPA Tier four final and stage four (4) emission regulation). The transmission shall be a power-shift type with two (2) forward stages and two (2) reverse stages and a clutch protection system providing a minimum travel speed of 15 miles per hour. The drive axle shall utilize a wet break system with a boosting type brake valve and shall be separable from the transmission for easy maintenance. The power steering shall be hydrostatic allowing smooth steering and preventing kickback. The cabin shall be an enclosed steel cabin equipped with the following: Adjustable steering wheel Defroster Heat Air conditioning Pre-cleaner Windshield wipers Rearview mirrors Circulation fan Compartment lighting Rear combination lights including brake lights, tail lights, back-up lights, and turn signals Rear work lights Two (2) front headlights with headlight guards Two (2) front turn signals Back-up alarm Ultra-Comfort four (4) way adjustable, full suspension seat with a non-cinching seatbelt LCD monitor displaying an hour meter, fuel level gauge, machine pitch indicator, machine roll indicator, gear position indicator, warning indicators, engine temperature gauge, mast tilt indicator, load weight indicator and speedometer The mast shall be a three (3) stage system capable of lifting a minimum of 10,000 pounds at a load center of 24 inches, tilting forward a minimum of six (6) degrees, tilting backwards a minimum of six (6) degrees,� a minimum fork lifting height of 197 inches and an overall lowered height of 98 inches The Carriage shall be an International Truck Association Hook Type, minimum of 52 inches wide with a heavy duty side-shifting fork positioner and a minimum backrest of 48 inches The forks shall be a minimum of Class III, 60 inches long, five (5) inches wide and two (2) inches thick The forklift shall be equipped with an operational four (4) way hydraulic valve, hosing and heavy duty side-shifting fork positioner controllable from the operator seating position. The drive tires shall be a minimum of 12-ply size 7.50-16 The steering tires shall be a minimum of 12-ply size 7-12 The forklift shall be equipped with an operator presence sensing system The forklift shall be equipped with� fork safety features preventing the forks from dropping down in case of sudden damage of hydraulic system The forklift shall be equipped with a weight indication system and load weight sensor with a minimum accuracy of two percent (2%) and an in-cab weight indicator The forklift shall have a minimum manufacture basic and powertrain 36 month warranty Delivery, Assembly, and Operation and Maintenance Manuals The Contractor shall deliver, assemble, and complete diagnostic testing on the Diesel Lift Truck to Building 1143A Aberdeen Proving Ground, Aberdeen MD, 21005 The attachment controls shall be installed in compliance with all OSHA, local, state, and federal codes and regulations. The Contractor shall provide three (3) possible dates for delivery, installation, diagnostic testing and instruction within ten (10) days of contract award to the Government Technical Point of Contact (TPOC). The contractor shall ensure that delivery, assembly, and diagnostic testing occur at the same time.� The TPOC will approve a recommended dates within five (5) days of contractor notification. The Contractor shall assemble and test the attachments listed above to ensure functionality in accordance with the manufacturer�s specifications. The Contractor shall provide Operation and Maintenance Manuals for all items listed in in the salient characteristics. The manuals shall include equipment descriptions, operating instructions, drawings, troubleshooting techniques, a recommended maintenance schedule, and the recommended lubricants. C. Responses: � All interested parties should notify this office via e-mail within the posted date.� Responses shall include: To what extent each of the specifications can be met. � �Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 people standard that accompanies NAICS code 333924. If a small business, you must also list any small disadvantaged status you hold [HUB Zone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. � Past experience/ performance through the description of completed projects. � (12) Responses to this sources sought are due no later than 3:00 pm eastern standard time 07/14/2020. Submissions should be emailed to Brianna Murphy; Brianna.murphy.ctr@mail.mil � Questions concerning this sources sought may be directed to Brianna Murphy; brianna.murphy.ctr@mail.mil� Please be advised that .zip and .exe files cannot be accepted. �(13) Place of Contract Performance: (APG) (14) Estimated Delivery Timeframe or Period of Performance: 90 days after award date
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8db8c63f30c54debbe988642f5a2be47/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05715458-F 20200710/200708230146 (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 |