Washington Bids > Bid Detail

Lower Granite Forklift

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159551523761290
Posted Date: Aug 7, 2023
Due Date: Aug 21, 2023
Solicitation No: W912EF23RSS0039
Source: https://sam.gov/opp/7b4cb7bdc6...
Follow
Lower Granite Forklift
Active
Contract Opportunity
Notice ID
W912EF23RSS0039
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 07, 2023 01:16 pm PDT
  • Original Published Date: Aug 07, 2023 01:13 pm PDT
  • Updated Response Date: Aug 21, 2023 10:00 am PDT
  • Original Response Date: Aug 15, 2023 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 05, 2023
  • Original Inactive Date: Aug 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Pomeroy , WA 99347
    USA
Description View Changes

The Government intends to purchase a 6,500lb Internal Combustion Cushion Tire Forklift for use at the Lower Granite Lock and Dam, Pomeroy Washington. The forklift will be routinely moved by a crane between floors inside the dam and therefore must have rated lifting points. Working isles are narrow and space is limited. The government intends to purchase a class III internal combustion cushion tire forklift with a 6,500lb base rated capacity.



Please see below for salient details



Specialist Name: Victoria Conway



This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB),8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing; small business size standard is 500. The Product Service Code (PSC) is 3930. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement.





PROJECT INFORMATION: Lower Granite Forklift



REQUIREMENTS:



Interested firms should submit a capabilities package, limited to five pages, to include the following:




  1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business).

  2. Firm's interest in quoting on the solicitation if issued.

  3. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).

  4. CAGE code and UEI number.

  5. Firm's Joint Venture Information, if applicable.





Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence.



All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.



Prior Government contract work is not required for submitting a response under this sources sought announcement.



The official Synopsis citing a solicitation number will be issued on SAM.Gov inviting firms to register electronically to receive a copy of a solicitation should one be issued.



SUBMIT TO: Responses to the Sources Sought Announcement should be received as soon as possible but no Later than 10:00am (Pacific Time) on 21 August 2023. The responses should be forwarded to the attention of Victoria Conway, Contract Specialist, by email: Victoria.l.conway@usace.army.mil.



All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.



Salient Details:




  1. Forklift



The successful bidder shall provide one (1) 6500lb internal combustion cushion tire Forklift. The forklift shall arrive fully equipped and preconfigured with all optional equipment, requiring no additional labor from the Government beyond offload crane support.



This forklift shall be equipped with a LP gas engine. The forklift shall come equipped with factory authorized lifting points and be capable of being moved by an overhead crane using basic rigging and without excessive disassembly. All lifting points shall comply with ASME B30.26. For this purpose, the government defines excessive disassembly as any action that requires the use of hand tools to remove parts or piece of the forklift that takes longer than 15 minutes for a journeyman mechanic to complete. The forklift shall meet or exceed the following salient characteristics:




  • General Specifications

  • Lifting Capacity

  • Base Model Load Capacity Shall be 6500lbs @ a 24-inch center

  • Actual Load Capacity (based on specifications) shall be at least 6,200lbs @ 24-inch load center to a minimum manufactured height of 186 inches.

  • Carriage

  • ITA Hook Type 38 Carriage

  • Load Back Rest

  • 48” High Load Backrest

  • Cascade 38 Inch Side shifting Fork Positioner (Maximum 60 Inch Forks)

  • LP Gas Powered-UL type “LP” rating

  • Operator Position Seated Rider

  • Non-Marking Cushion Tire

  • Front tires: 21x8x15

  • Rear tires: 16x6x10-12

  • Standard Active Control Rear Stabilizer

  • Standard Active Mast Function Controller

  • Automatic fork leveling capability

  • Premium 4-way adjustable suspension seat with non-cinching seat belt

  • LCD Multifunction Display

  • Load Sensing Hydrostatic Power Steering with a tilt steering column






  • 3 Stage Mast Specifications

  • The mast must have full free lift capabilities

  • The maximum Fork Height shall be no less than 185 inches

  • The overall lowered height shall approximately 87” inches

  • The mast shall have a Free Lift Height of approximately 39” (with standard load back rest)

  • The mast must have a capability of 6 degrees forward & 5 degrees back






  • Exterior Dimensions & Weights

  • OVERALL WIDTH SHALL NOT EXCEED 45 INCHES.

  • Turning Radius (inside / outside) shall not exceed 82 inches

  • Rear Overhang shall not exceed 23 inches

  • Right Angle Stacking Aisle Width shall not exceed 100 inches

  • Total Weight SHALL NOT EXCEED 10,000LBS

  • The government has stringent floor load restrictions within the facility.






  • Power System & Performance Requirements

  • The LP Gas engine shall produce no less than 46 HP @ 2250RPM

  • The LP Gas engine shall produce no less than 115 ftlbs of torque @ 2000RPM

  • Auxiliary hydraulic system shall be capable of producing a max operating pressure of 2250psi

  • Auxiliary hydraulic system shall be capable of producing a flow rate 18gpm

  • The forklift must be capable of reaching fully loaded speed of 10mph (forward & reverse)

  • The forklift must be capable of maintaining a full load Maximum Drawbar Pull of 3800lbs

  • The fully equipped forklift shall have a full load max gradeability of at least 22%






  • Required Accessories

  • LED front combination lights

  • LED Rear combination lights

  • Blue Light key on and off

  • LPG Bracket-swing down type

  • Pre-Cleaner

  • Low LPG fuel warning indicator

  • 12-volt power supply

  • Steering wheel with knob

  • Synchronized steering

  • Rear View mirrors (left & right sides)

  • Radiator Screen

  • Backup Alarm

  • Tilt Cylinder hole seal

  • Seat belt interlock

  • Rear Pillar Assist Grip with horn

  • 5lb fire extinguisher






  • MAINTENANCE ITEMS

  • The successful bidder shall include at the time of delivery two (2) spare filters for all filters installed on the forklift, to include all air, engine oil, hydraulic, and fuel filters.

  • All preventative maintenance items shall come with the manufacturer’s name, part numbers, and associated cost. The intent is to us this information for future warehouse inventory.

  • All filters shall be OEM or OEM authorized as listed in the forklift’s manual. The intent is to ensure compliance with warranty coverage.






  • OPERATION AND MAINTENANCE MANUALS

  • Five (5ea) complete hardcopies and one (1ea) complete electronic copy of the Operation and Maintenance Manual shall be provided for each piece of equipment. These copies shall include parts manuals for the machine and associated attachments. The successful bidder shall provide these items with the machine at the time of delivery

  • Electronic copy shall be submitted via email to Contracting Officer’s Representative or CD/DVD at time of delivery.

  • The manuals shall include instructions on operation, maintenance (preventative maintenance tasks and schedule), repair, troubleshooting, equipment warranty, and a list of recommended lubricants and spare parts for the utility tractor and each implement.

  • The manuals shall also include As-Built drawings showing all equipment components and accompanied parts list.

  • Any information pertaining to models or components not supplied under this contract shall be crossed out.

  • The manuals shall include the name, phone and fax numbers, and email address of the contractor, manufacturer, and a distributor where spare parts and filters can be purchased.




The following identification shall be labeled on the covers:



OPERATING AND MAINTENANCE INSTRUCTIONS



Contract Name



LOWER GRANITE Dam



Name of the Contractor



Contract Number and Year




  • TRAINING

  • The successful contractor shall furnish and facilitate the onsite forklift training of government personnel. The forklift training shall satisfy OSHA requirements. Upon delivery of the forklift the contractor shall service the forklift and make any adjustments that may be required for operational use. A qualified technician shall be onsite to provide hands-on training covering the operation, maintenance, and safety of the lift truck. The intent is to instruct government mechanics in the operation and maintenance of the forklift and its accessories, highlighting any unique characteristics of this equipment. The trainer shall be an OSHA certified trainer. The trainer shall be prepared to provide OSHA certified instruction to approximately 5 initial and 15 refresher students with the overall class size to be capped at 20 individuals.

  • The training may occur upon the day of equipment delivery if precoordinated with the government (2) weeks in advance.

  • Training shall occur at Lower Granite Dam during normal business hours Monday through Thursday 7:00 AM to 3:00 PM.

  • Operation and Maintenance Manuals and all relevant training materials shall be on-hand during the training session

  • Initial & refresher forklift certifications (OSHA Compliant) shall be provided to all individuals who attend and pass the training course.






  • Warranty

  • All items shall be covered by a minimum one-year comprehensive warranty on all parts, labor, and workmanship from factory defects. Warranty shall be effective upon the date of equipment delivery. The successful bidder shall have a factory authorized dealership within 150 miles of Lower Granite Dam. The factory authorized dealership must stock standard maintenance parts required to complete the annual service on this specific forklift.






  • SHIPMENT AND DELIVERY

  • All items shall be delivered FOB destination to Lower Granite Lock and Dam on or before July 17, 2024

  • The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to Lower Granite Lock and Dam.

  • Government will provide crane support to assist with the offload but assumes no responsibility for damage resulting in assisting the successful bidder.

  • Government will not sign off on delivery until all items have been offloaded, inventoried, and inspected onsite for functionality or shipping damage.

  • Government will not issue partial payments for Contract Line Items fulfilled with partial delivery. Each line item must be fully received in order to process payment




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >