Georgia Bids > Bid Detail

Electric Warehouse Tugs

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159909514561123
Posted Date: Feb 13, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/00b93b9df7...
Follow
Electric Warehouse Tugs
Active
Contract Opportunity
Notice ID
73776
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8571 MAINT CONTRACTING AFSC PZIM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 13, 2024 10:44 am EST
  • Original Published Date: Feb 12, 2024 11:02 am EST
  • Updated Response Date: Feb 27, 2024 03:00 pm EST
  • Original Response Date: Feb 27, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 13, 2024
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

BAF 73776-- ELECTRIC WAREHOUSE TUGS



CAUTION:



This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to provide the Electric Warehouse Tugs currently needed at Robins AFB, Georgia. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.



INSTRUCTIONS:



The document(s) below contain a description of this requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability.




  1. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities.




  1. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort:



No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question.




  1. Both large and small businesses are encouraged to participate in this Market Research.



4. Questions relative to this market survey should be addressed to the Acquisition Program



Manager, Brandi Morris, via email at brandi.morris@us.af.mil.



REQUIREMENT DESCRIPTION:



BAF 73776-- ELECTRIC WAREHOUSE TUGS




  1. DESCRIPTION. The Contractor shall provide The Contractor shall provide to the 402d CMXG Maintenance Group, Robins Air Force Base, three (3) Electric Warehouse Tuggers.



at Robins AFB, Georgia. These tuggers are needed to move parts from one building to another.



1.1 The tuggers must possess the following characteristics:



• Drive System Type: Electric only



• Tire measurements: 15-16.25 x 4” front tire and 22 x 6” back, solid pneumatic tires



• Pintle hooks front and back



• Unloaded speed 13-15 mph



• Needs Fire Extinguisher



• Power Steering



• Automatic drivetrain



• Lights: Dual headlights, brake/tail lights & reverse lights, turn signal lights



• Min 3000 Drawbar Pull (DBP)



• Will need to handle heavy dips and uneven ground both pulling and pushing parts up and down 2-3% grade at times



• Person Capacity- 2



• Seating- Bucket seats preferred, but not required



• Ground Clearance: 5” at least



• Dash Instrumentation: hour meter, park brake indicator, system readiness indicator



• 12500 lbs tow capacity



• Width – between 43.25 inches and 55.5



• Height – between 52- 61 inches



• Length – between 91 inches- 113 inches



• Tugs will be performing work inside and outside



• The tugger’s battery/electrical system must allow for at least 6 hours of continuous operation before charging is required



• The charger must be capable of fully charging the battery from empty in less than 8 hours.



• The charger for the tugs should be capable of operation between the temperatures of 0° F and 130° F.



• The charger should be capable of operation in all weather conditions including locations subject to high humidity, high winds, harsh sunlight, and heavy precipitation (rain, sleet, hail, and snow).






  1. Service Support. n/a






    1. Delivery.





2.2 Shipping/Delivery/Period of Performance. Delivery is FOB Destination. Contractor shall contact the Government POC 10 days before shipping the tugs and should be delivered NLT 60 days ARO.



2.3 Ship To Address.



DODAAC: FD2060



402 MXSG/MXDPM



235 Robins Pkwy, B321 Warehouse, Station 15



Robins AFB Ga. 31098-1621



*Govt POC should be contacted prior to shipping.






    1. Incidental Services. N/A





Warranty. The Contractor shall provide the standard commercial warranty.



CONTRACTOR CAPABILITY SURVEY



BAF 73776-- ELECTRIC WAREHOUSE TUGS



Part I. Business Information



Please provide the following business information for your company/institution and for any teaming or joint venture partners:



· Company/Institute Name:



· Address:



· Point of Contact:



· CAGE Code:




  • Phone Number:

  • E-mail Address:

  • Web Page URL:

  • Government Proposed North American Industry Classification System (NAICS) Code: 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing



Based on the Government proposed NAICS Code, state whether your company is:




  • Small Business (Yes / No)




  • Woman Owned Small Business (Yes / No)

  • Small Disadvantaged Business (Yes / No)

  • 8(a) Certified (Yes / No)

  • HUBZone Certified (Yes / No)

  • Veteran Owned Small Business (Yes / No)

  • Service Disabled Veteran Small Business (Yes / No)



· System for Award Management (SAM) (Yes / No)



· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).



Responses to the Capability Survey Part I and Part II must be received no later than close of business, 27 February 2024. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:



brandi.morris@us.af.mil



Questions relative to this market research should be addressed to the Acquisition Program Manager, Brandi Morris at brandi.morris@us.af.mil.



Part II. Capability Survey Questions



The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies that fulfill the required specifications mentioned above.



Responses to this Sources Sought should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees.



Please answer the following questions:



(1) Please indicate the size status and representations of your business in accordance with the NAICS code 333924, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)



(2) Does your company exceed 750 employees



(3) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number.



(4) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?



(5) Describe your standard warranty and return process for goods furnished to the government for items similar in nature to this requirement.



(6) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).



(7) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?



(8) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.



(9) Please review salient characteristics (see 1.1 under Requirement Description) and provide feedback or suggestions. If none, please reply as N/A.



(10) Please provide your DUNS number.



DISCLAIMER



This Sources Sought Synopsis (SSS) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.



If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies. The Government will not pay for any information or administrative cost incurred in response to this SSS.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 926 7509 235 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • 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 >