THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATIONAL PURPOSES ONLY.
THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement.
The 439th Contracting Flight located at Westover Air Reserve Base (WARB), Chicopee, MA is seeking capabilities packages of potential sources to furnish a 15k forklift.
439 CES requests the purchase of a 15K forklift to load 1 ton calcium chloride bags into snow/ice removal equipment.
The Vendor shall furnish all equipment and materials unless otherwise specified. No alteration, additions, or deletions shall be made to the salient features listed for the 15k forklift.
Salient features include:
- Lift Capacity: 15,500 pounds at 24 inches load center
- Lift Height: 216 inches (18.2 feet)
- Travel Speed: 7.5 mph (12.1 km/h)
- Hydraulic System: Load-sensing system
- Power Source: 74 HP
- Operator Comfort: Ergonomic features, including adjustable seat, steering column, and hydraulic controls
- Safety Features: Backup alarm, seat belt, and operator restraint system
- Tire Type: Pneumatic tires, 28x12-16PR
- Mast Type: 3-stage lift mast
- Forks: 48-inch forks, 4-inch wide, 2-inch thick
Additional Requirements:
- Certifications: The forklift must be certified to meet or exceed all applicable safety standards, including ANSI/ITSDF B56.1 and OSHA regulations.
- Warranty: The manufacturer must provide a minimum of 2-year or 4,000-hour warranty on the forklift, including parts and labor.
- Operations Manual: The manufacturer must provide an operator’s manual
- Delivery and Installation: The forklift must be delivered and installed within 8 weeks of purchase, including any necessary training and support.
- Environmental Considerations: The forklift must meet or exceed all applicable environmental regulations, including those related to emissions and noise levels.
SPECIAL REQUIREMENTS: Our intent is to award this project as a 100% Small Business Set Aside. Contract type will be Firm-Fixed Price. The anticipated performance time is 240 ARO. The NAICS Code assigned to this acquisition is 333924 with a size standard of 900 employees.
All interested vendors are highly encouraged to submit a capability package to the Primary Point of Contact, in writing or email, listed below by 2:00PM EST on Friday, February 14th, 2025.
THE FOLLOWING INFORMATION SHOULD BE INLCUDED IN RESPONSE:
(a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone, 8(a), SDVOSB, WOSB etc.), and a point of contact;
(b) A positive statement of your intention to submit an offer for this solicitation as a vendor;
(c) Evidence of your experience performing work similar in type and scope of work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and point of contacts with telephone numbers.
THERE IS NO SOLICITATION AT THIS TIME. FUNDS ARE NOT PRESENTLY AVAILABLE. This is a request for information ONLY and any information provided is voluntary. Telephone inquiries will not be accepted. If a solicitation is issued, it will be announced at a later date. All interested parties must respond to the solicitation announcement separately from the response to this notice and are responsible for monitoring SAM.gov website for the posting of any solicitation or subsequent updates.
NOTE: Vendors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible vendors are at the risk and expense of the vendor.
All prospective vendors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award.