SOURCES SOUGHT
J -- RENTAL, DELIVERY, MAINTENANCE AND REPAIRS SERVICES FOR FORKLIFT AT CFAS, JAPAN
- Notice Date
- 2/10/2022 8:11:50 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
- ZIP Code
- 96349-0013
- Solicitation Number
- N4008422T6001
- Response Due
- 2/24/2022 7:00:00 PM
- Point of Contact
- MASAYO SONODA, Phone: 01181956502394
- E-Mail Address
-
masayo.sonoda.ja@fe.navy.mil
(masayo.sonoda.ja@fe.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. The intent of this notice is to identify potential offerors for market research purposes.� The Naval Facilities Engineering Command (NAVFAC) Far East, PWD Sasebo, is currently seeking interested contractors who are both willing and qualified to provide to perform �Delivery, Rental, Repair and Maintenance Services for Forklifts at CFAS Japan. � The Contractor shall provide all labor, management, supervision, tools, material and equipment required to perform this requirement.�� The Government is contemplating issuing a Commercial solicitation in accordance with FAR Part 12. NAICS CODE: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. Provide following four types of Forklifts: 1.� 0.5 TON OR 0.7 TON ELECTRIC FORKLIFT Fork forward ""picking"" type: POTENTIAL MODEL TYPE_7FBPR5_ The Contractor shall provide forklift meeting following characteristics or equivalent. (1) Power: Battery (2) Type: Fork forward �picking� type (3) Load capacity: 0.5 ton with deviation of plus/minus five (5) % (4) Maximum load height (fork height): 5 meters (5) Fork length: 770 mm or less (6) Minimum turn radius: Within 1.21 meters (7) Minimum 90 degree turn, within 1.5 meters (8) Overall length: 2.3 meters or less 2.� 1.2 TON ELECTRIC FORKLIFT Turret fork, 3-way 180 degrees, �reach� type: POTENTIAL MODEL TYPE_2RFBA12_ The Contractor shall provide forklift meeting following characteristics or equivalent. (1) Power: Battery (2) Type: Turret fork, 3-way 180 degrees, �reach� type (3) Load capacity: 1.2 tons with deviation of plus/minus five (5)% (4) Maximum load height (Fork height): 6 meters (5) Fork length: 920 mm or greater (6) Capable of loading/unloading in 2.4 meter wide working area. 3.� 1.5 TON ELECTRIC FORKLIFT Stand-up fork forward ""lifting"" type: POTENTIAL MODEL TYPE _7FBR15_ The Contractor shall provide forklift meeting following characteristics or equivalent. (1) Power: Battery (2) Weight: 2,190 kg (3) Type: Stand-up fork forward �lifting� type (4) Maximum lifting power: 1.5 ton (5) Gate Height: Maximum 4.85 meters (6) Forklift height: 1.995 meters (7) CAB: Covered head/top, open side is acceptable. (8) Side shift (9) Two side mirrors 4.� 1.8 TON ELECTRIC FORKLIFT Electric ""Standard"" type: POTENTIAL MODEL TYPE 7FBR18 The Contractor shall provide forklift meeting following characteristics or equivalent. (1) Power: Battery (2) Type: Standing/Standard type (4) Maximum load height (fork height): 4 meters (5) Fork length: 920 mm or less (6) Minimum turn radius: Within 1.71meters (7) Minimum 90 degree turn, within 1.9 meters (8) Overall length: 2.07 meters or less The Government is contemplating a multiple year (one year base period and four one-year option periods), single award Indefinite-Delivery Indefinite Quantity (IDIQ) type performance based service contract comprised of Recurring Work. If you are capable of and interested in performing this requirement, please complete and submit Attachment (1): Contractor Information.� Please provide any comments/recommendations/questions in this form regarding the acquisition approach and/or the requirement.� The response will be used as market research to help determine the acquisition method utilized by the Government for this requirement. In order to be eligible for any U.S. Government award, a contractor must register in the �System for Award Management� at www.sam.gov and have a valid CAGE code. Interested contractors are encouraged to begin the registration process as soon as possible. If you are interested in this requirement or have any feedback or questions, please provide your Contact information to include: �� Company name �� Your name �� Email address �� Telephone number(s) �� Questions or other feedback regarding this potential consolidation Please submit the information to Masayo Sonoda via e-mail at Masayo.Sonoda.JA@fe.navy.mil, no later than 12:00 pm on 25 FEB 2022, using the subject line �Sources Sought N4008422T6001�. Contracting Office Address: ���� NAVFAC Far East, PWD Sasebo, FEAD ACQ Branch ����������������������������������������������� PSC 476 BOX 66 FPO AP 96322-1160 Point of Contact(s): ����� Masayo Sonoda, Contract Specialist Masayo.Sonoda.JA@fe.navy.mil / 81-956-50-2394 �����������������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82f50cfb2453477a8d2fc6955fda3f89/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN06239683-F 20220212/220210230113 (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 |