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
• Minimum 41" inside dimension outrigger bars
• Four (4) articulating tandem load wheels with sealed bearings
• Single rear drive tire, rubber
• Dual rear casters, poly
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:
Submittal of capabilities statements (or any pre-submission questions) are requested via electronic mail to Tawana Sizemore, Contracting Officer, CCAM-CAD-B, ACC RSA, [email protected] no later than 4:30 PM CST on Wednesday, August 13, 2024.