Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOURCES SOUGHT

39 -- Market Survey-Procurement of 4,000lbs SLOAC Narrow Aisle Side Swingmast Forklift

Notice Date
12/19/2025 10:35:59 AM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
2600905
 
Response Due
1/5/2026 1:00:00 PM
 
Archive Date
01/20/2026
 
Point of Contact
Nina Musser
 
E-Mail Address
nina.j.musser@faa.gov
(nina.j.musser@faa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Federal Aviation Administration (FAA) has a requirement to procure a 4,000lbs Narrow Aisle side Swingmast Forklift (Manufacturer P/N: SL40AC) with a 198 triple mast. The required forklift is only known to be available from Landoll Corporation The FAA does not have rights in specifications or drawings to allow other sources to manufacture these items. The contractor must have access to the original equipment manufacturer's (OEM) specifications and drawings. Potential sources must provide documentation to the FAA showing proof of rights to use the data from the OEM. Statements that data will be obtained or that specifications or drawings will be developed are not acceptable. Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. Price to Include One (1) each - SL40AC- 198 Triple Mast, LED Dual OHG Mounted Headlights, Dual Rear Safety Light Bars, Flashing Lights, Back up Alarm, 48"" Forks, Vinyl Seat, Lazer Fork Height Indicator, Camera for viewing forks from Operators Cab, Hydraulic Fork Positioners, Smooth Cushothane Treaded Poly Drive Tiress, Orange Intrlocked Seatbelt, EnerSys Desert Hog 48 Volt Battery (24-100-21 1k) IMPAQ Battery Charger, 3 phase, 10.5kw,24,36,48v,480v TRUCK SPECIFICATION: Side Loading Forklifts with independently driven front wheels and dual rear steer tires; Four wheel design, dual, independently driven front drive wheels; Smooth Cushothane treaded tires; Front tires are 20"" (508mm) diameter and the rear/steer tires are 14� (356mm) diameter; Hydraulic front wheel disk brakes; Front mast rotates 90� and has side shift of 22� (559mm); Lift Height 198"" min for mast; Load dimensions Pallets - Length:48"" Width: 40; Fork length 48"" with tapered tip forks; Integral Hydraulic Fork Positioners; Adjustable seat and steering wheel; Hydraulic power steering - rear wheel steer; Dual AC traction motor controllers; AC Hydraulic Motor Controller Single joystick hydraulic and directional controls; Safety seat switch and retractable seatbelt; 48 volt electrical system; Mast tilt 3� fwd. / 4� back; High visibility mast and 36"" (914mm) high backrest; Hand actuated parking brake; LED Dual front facing overhead guard mounted headlights; Flashing Light, Tail Lights; Back up (reverse beeping) alarm, one Operators Manual. Freight Shipping & Handling, Dealer Installation and Training. The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This information will be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA�s 8(a) Program. Responses to this market survey will be used for informational purposes only. North American Classification system (NAICS) code 333924 Industrial truck, tractor, trailer, and Stacker machinery Can not exceed 900 Employees The nature of the competition and procurement method that will be conducted for this requirement has not yet been determined. The FAA will review the responses to this Market Survey and will make acquisition planning decisions based on market survey responses and the FAA�s needs. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA�s 8(a) Program. In order to make this determination the FAA requires the following information from interested vendors in accordance with the attached documents herein: General Capability Statement - This document is limited to not more than six (6) pages, in Times New Roman, size 12 pt. font, and must identify: Type of services provided by your firm; Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance); Number of years in business 2. Specific Capability Statement � provide documentation to the FAA showing proof for rights to use data from OEM. 3. Response shall provide a point of contact number and name (either by phone, email or both) for questions 4. *Proof of entity Registration in the System for Award Management (https://SAM.gov) 5.. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. All responses to this market survey must be received by Monday january 05, 2026, 3:00 CST Please include �MARKET SURVEY RESPONSE: 2600905-SL40AC� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. CONTACT INFORMATION IS PROVIDED BELOW. All submittals should be submitted in electronic format (email) to: Nina Musser, Contracting Specialist Nina.j.musser@faa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/caf8bbeb42ba4071a9a3f7e01d69772b/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07671737-F 20251221/251219230035 (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.