Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOURCES SOUGHT

39 -- DWK Forklift Replacement

Notice Date
4/4/2023 2:24:12 PM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF23RSS24
 
Response Due
4/11/2023 2:30:00 PM
 
Point of Contact
Tonya French, Phone: 5095277232
 
E-Mail Address
tonya.c.french@usace.army.mil
(tonya.c.french@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources to supply a new 6,000 lb capacity forklift to Dworshak Dam and Reservoir, Ahsahka, ID and the trade-in of one Daewoo G40S-2 Wheel Mounted Forklift. The one forklift would be picked up at the time of delivery of the new one. All items shall be delivered FOB Destination to Dworshak Dam and Reservoir. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival. This will be a firm-fixed-price supply purchase. The government expects to award a purchase order in early May 2023. The North American Industry Classification System (NAICS) code for this project is NAICS 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. Anticipated Solicitation early April 2023. This sources sought notice is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Responses to this sources sought notice should include the following information:� A statement expressing interest in supplying a 6,000 lb capacity forklift meeting the below salient details. Please provide cutsheet, product description, and/or brochure for a potential forklift. Range of anticipate delivery times/ lead times. A statement of your firm�s business size status (HUBZone, Service-Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� Cage Code and SAM UEI number. This sources sought notice is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via SAM.gov Contract Opportunities for any resultant or future solicitation package(s) that may be issued. Submit this information to Tonya French, Contract Specialist, via email to tonya.c.french@usace.army.mil. Your response to this notice must be received on or before 2:30 PM Pacific Time, Tuesday April 11, 2023. Salient Details: *General Requirements: The Forklift shall be the manufacturer�s newest model and comply in all respects with the requirements specified herein. The Forklift shall be new, with 10 hours or less on the machine from the factory for testing and transportation to the project. The Forklift and all standard options and attachments shall be covered by a minimum one-year warranty on all parts, labor, and workmanship from factory defects. All warranty work will be done without delivery or shipment fees (including travel or on-site work). A factory-authorized repair facility must be located within 100-mile radius of Dworshak Dam. Total weight not to exceed 10000 pounds *Liquid Propane Engine Minimum 51 Horsepower Covers or guards over all fans and rotating equipment Minimum rated RPM of 2500 4-cylinder minimum *Hydraulics Hydraulic oil tank and pump capacity to run forklift and all accessories within manufactures recommendations Hydraulic tank level indication All drive hoses must be protected Load Capacity rating of 6000 pounds 2-stage Mast Only *Controls Steering column mounted Forward/Neutral/Reverse Shifter Hydraulic fork positioner Hydraulic side shift Sit Down Rider Operator Type Must have load indication (Scale Style) Neutral Start Switch *Dimensions Lift Height (Top of Forks)- Minimum 126 inches; Maximum 140 inches Minimum Fork Length- 48 inches Minimum fork spread- 42 inches Mast tilt angles- Minimum of six degrees forwards and backwards Must include rated lifting locations for hoisting entire machine with crane *Drive system Four Pneumatic Tires Power Shift Transmission Minimum draw bar pull of 4000 pounds Minimum gradeability of 25 percent Service brake - foot/hydraulic Parking brake Transmission must contain oil cooler Wet Disc Brake system *Electrical One or more 12 VDC accessory outlet Alternator sufficiently sized to run all accessories Covers on all battery terminals Minimum two forward mounted LED lights Minimum one rear mounted LED lights Strobe light Audible backup alarm *Cab Roll over protection structure and falling object protection structure integral to the cab Access to essential system components All access panels must be easily accessible without the use of tools Horn Hour meter Engine monitor system including Oil pressure, Alternator voltage, LPG level and Alarm, Engine coolant temperature Grab handles to ease entry and exit of machine Semi-Suspension seat Seat belt Side and reverse facing mirrors Mounted Fire Extinguisher *Spare Parts Two complete sets of all filters needed for changing the hydraulic fluid and engine oil. Four set of air filters Two Complete Sets of Belts Contracting Office Address: Attn: CECT-NWW / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2db0c564a09470fbdfe38b2c79c46ea/view)
 
Place of Performance
Address: Ahsahka, ID 83520, USA
Zip Code: 83520
Country: USA
 
Record
SN06640125-F 20230406/230404230112 (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.