Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

39 -- RFQ 5k Diesel Forklift

Notice Date
4/30/2025 10:05:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS25Q4004
 
Response Due
5/14/2025 11:00:00 AM
 
Archive Date
05/29/2025
 
Point of Contact
Hediberto ""Ed"" Roman, Phone: 573-638-9632, Ethan J. Curtis, Phone: 573-638-9550
 
E-Mail Address
hediberto.roman.civ@army.mil, Ethan.J.Curtis2.mil@army.mil
(hediberto.roman.civ@army.mil, Ethan.J.Curtis2.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This solicitation W912NS25Q4004 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This is a Total Small Business Set-Aside and only qualified vendors may quote. The North American Industry Classification System (NAICS) Code: 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing and the Federal Product/Service Code: 3930 - Warehouse Trucks and Tractors, Self-Propelled. The small business size standard is 900 employees. The following commercial items are requested: CLIN 0001: Diesel Forklift - 1 Each Minimum Salient Characteristics: Power: Diesel engine Minimum Lift capacity: 5,000 Lbs. Minimum Lift Height: 131� Pneumatic Tires Rear View Mirror Headlights Fork Length: 42� Front/Back Tilt Side Shift Forklift shall be TAA compliant CLIN 0002: (If separately priced) Shipping/Handling See attached file �Purchase Description�� file for CLIN Structure and detailed requirements. Delivery, FOB Destination (90 Days ARO): USPFO Warehouse � Ike Skelton Training Site (ISTS), 7001 Range Road, Jefferson City, MO 65101 Question Submission Instructions: Submit questions electronically via email to Hediberto.roman.civ@army.mil and ethan.j.curtis2.mil@army.mil utilizing the following subject: RFI W912NS25Q4004 ""Company Name"". All questions shall be submitted by 1:00 P.M./1300 Central Time on 7 May 2025. Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE). Offeror shall utilize the Contract Line-Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery charges FOB-Destination, shall ensure the product specifications fully meet criteria of the RFQ, Purchase Description, and Delivery Requirement. Quote shall be good for a minimum of 30 days from the final date of this RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive. Submit quotes electronically via email to Hediberto.roman.civ@army.mil and ethan.j.curtis2.mil@army.mil utilizing the following subject: RFQ W912NS25Q4004 ""Company Name"". All quotes shall be submitted no later than 1:00 P.M./1300 Central Time on 14 May 2025. Late submissions will not be considered. Basis of Award: Price and Other Factors. The government will award based off the best value to the government, in accordance with FAR 13.106-1(a)(2). Offers will be evaluated by lead time for delivery; past performance, repairability, warranty terms and a capability to perform which will be analyzed through various Government systems, references, historical and local reviews; and price. Solicitations are not required to state the relative importance assigned to each evaluation factor and subfactor, nor are they required to include subfactors under this reference (FAR 13.106-1(a)(2)(i)(iii)). Award Type: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. Payment: invoiced and paid through Wide Area Work Flow (WAWF). A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c78b18dd83d4d7081f0cffbd357aa18/view)
 
Place of Performance
Address: Jefferson City, MO 65101, USA
Zip Code: 65101
Country: USA
 
Record
SN07426574-F 20250502/250430230046 (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.