SOURCES SOUGHT
39 -- Combat Logistics Force (CLF) Shipboard Forklift Truck Acquisition Sources Sought / Request for Information
- Notice Date
- 3/16/2022 4:10:05 AM
- Notice Type
- Sources Sought
- NAICS
- 3332
—
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002422R2508
- Response Due
- 3/21/2022 2:00:00 PM
- Point of Contact
- Brett Bikowski, Jennifer Ede
- E-Mail Address
-
brett.t.bikowski.civ@us.navy.mil, jennifer.a.ede.civ@us.navy.mil
(brett.t.bikowski.civ@us.navy.mil, jennifer.a.ede.civ@us.navy.mil)
- Description
- Description(s): Market research in support of preliminary planning for acquisition of shipboard forklift trucks for use on Combat Logistics Force (CLF) ships such as the T AO 205 Class. NOTE: This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This Sources Sought / RFI notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office (PEO Ships), and Auxiliary Ships Program Office (PMS 325) for the purpose of conducting market research in accordance with FAR Part 10 to determine if sources exist that are capable of satisfying the Navy's anticipated program requirement for CLF Shipboard Forklift Trucks. This is a Request for Information (RFI) issued by the Department of Navy (DoN), on behalf of the Program Manager for Auxiliary And Special Mission Shipbuilding Program Office (PMS325), for informational and planning purposes only. PMS325 is conducting market research in support of preliminary planning for acquisition of shipboard forklift trucks for use on Combat Logistics Force (CLF) ships such as the T AO 205 Class. This is not a solicitation for proposals and no contract shall be awarded based on this RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any subsequent information requests that pertain to this RFI. However, responses may be used in the determination of the appropriate acquisition strategy for a future acquisition. The U.S. Navy is recapitalizing the T AO 187 Fleet Replenishment Oiler Class with the T AO 205 Class as part of the U.S. Navy�s long-range shipbuilding plan. Movement of packaged cargo and other material onboard these ships while at sea is part of the normal mission of these ships. PMS325 is seeking information on available sources for acquisition of forklift trucks and pallet jacks for use on the T AO 205 class ships and other CLF ships. The U.S. Navy is looking to acquire forklift trucks of the following types: � 6000 lb diesel forklift trucks � 4000 lb electric forklift trucks The forklift trucks shall be in accordance with ANSI/ITSDF B56.1. Electric forklift trucks and pallet jacks shall be certified EE in accordance with NFPA 505. Diesel forklift trucks shall be certified DS in accordance with NFPA 505. Forklift trucks shall have all-wheel braking systems with a dedicated independent operating system. Tire loads shall not exceed the tire load limits specified in the Tire and Rim Association Yearbook. Forklift trucks shall be protected against unsafe transmission operation, such as sudden changes in speed or direction. Forklift trucks and pallet jacks shall have FAILSAFE operation. FAILSAFE operation is the ability to maintain the safety of the operator, equipment, and load at all times. Failure of the control system, power source, or of the manual or powered drive mechanisms, or the load bearing wire rope or chain, shall not result in damage to the load, cause a hazard to personnel, or result in uncontrolled movement of the equipment and load. Forklift trucks and pallet jacks shall operate on deck surfaces on the ship when the surface is wet including combined single significant amplitude ship motions of 8 degrees of roll and 3.5 degrees of pitch with accelerations of 0.4 g vertically and 0.2 g in the lateral and longitudinal directions. The forklift trucks and pallet jacks shall withstand the corrosive effects of a saline atmosphere. Forklift trucks and pallet jacks shall be provided with two means of dissipating static charges, such as two static conductive tires or two grounding straps. Forklift trucks shall be provided with a means of towing or being towed that is compatible with current Navy forklift trucks. Forklift trucks and pallet jacks shall be provided with permanently affixed lifting and tie down provisions. MIL-STD-209K may be used as guidance for lifting and tie down provisions. Following a review of the responses received, NASEA may elect to schedule one-on-one meetings with some respondents or ask follow-up questions to gain additional information about the proposed solution(s). ANSWERING THIS NOTICE: PMS325 is soliciting white papers addressing currently available commercial-off-the-shelf (COTS) forklift trucks and pallet jacks that may be applicable for use aboard CLF vessels. Responses shall provide: � A listing of currently available COTS forklift trucks and pallet jacks of the types identified a. Identify which requirements identified above are currently met. b. Identify which requirements identified above are not currently met. � Identify if current COTS forklift trucks and pallet jacks can be modified to bring them into compliance with all requirements identified above, � If modifications are required for compliance, identify expected scope of impacts to the current design in order to modify for compliance. Respondents are requested to limit white papers to 10 pages in length, including figures. The papers should also include the following minimum information: � Full Business Name � Business Address (include mailing address if different) � Cage Code � At least two points of contact with name, email address, classified email address, mailing address, and telephone number to contact for any necessary clarifications, to receive additional information, for additional data required by the analysis, and for information on any necessary non-disclosure agreements. � Business size status (i.e., LB, SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB) for the identified NAICS Code(s). The desired format for submissions is white paper or similar narrative (contractor�s format). The response should be in 12-point font with no less than 1-inch margins. Submissions shall be in Microsoft Word or searchable Adobe Acrobat Portable Document Format (PDF). In order to be considered in this market survey, your response must be received on or before 18 Mar 2022. Offerors are encouraged to submit prior to the closing date. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose. All questions and responses must be sent via electronic mail to the following addresses: TO: Contracting Officer, Mr. Brett Bikowski, brett.t.bikowski.civ@us.navy.mil CC: Ms. Jennifer Ede, jennifer.a.ede.civ@us.navy.mil Ms. Brienne Lang, Brienne.g.lang.civ@us.navy.mil SUBJECT LINE: CLF Shipboard Forklift Trucks RFI/Sources Sought Response (insert name of company) Inclusion of a delivery receipt with an email submission will be the only indication of successful receipt of RFI Response. File size is limited to 12 Megabyte (MB) per email. Vendors are responsible for ensuring their email size does not exceed the 12MB limitation. File sizes larger than 12MB and .zip file extensions will be stripped by the Navy email system. Modifications, amendments, or withdrawal of a response should also be made to the above email addresses. One email is acceptable as long as it does not exceed 12MB. If it exceeds 12MB, Offerors may separate their submission among multiple emails and should number them email 1 of 3, 2 of 3, 3 of 3, etc. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE. DISCLAIMER AND IMPORTANT NOTES: Respondents are advised that CACI and SERCO Inc. may assist the Government in its review of responses received under this notice. Respondents shall provide notification on its cover page if the respondent does not consent to the use of the aforementioned contractor(s). Unless otherwise stated by the respondent, a submission received to this notice constitutes consent that the abovementioned contractors can have access to all information provided in the respondent's submission. This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3c435612d724480a2518949ff56d37a/view)
- Record
- SN06269540-F 20220318/220316230100 (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 |