Lease of Material Handling Equipment (MHE) for 3 DECA locations, Guam, Base plus 4 option years.
Notice ID: HQC01124R0002

1.0 Description

1.1 The Defense Commissary Agency (DeCA) – Contracting Office located in Okinawa, Japan is seeking written responses with information to assist the Government with identifying potential sources that are interested in and capable of performing the work as described in Section 2 below and providing responses to the questions in Section 4.0.

1.2 This is a Request for Information (RFI) Only: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes, Notice/Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation.  The Government is not requesting quotes, proposals, bids or any type of pricing at this time, only information.  Any formal requests for Quote, Bid or Proposal will be publicized on SAM.gov.

2.0 Requirement

2.1 The DeCA- Pacific Contracting Office is contemplating a solicitation to lease Material Handling Equipment (MHE) for a period of up to five (5) years (Base plus 4 option years) to include management, tools, supplies, materials (including chargers), equipment, labor, maintenance and repair, supervision, and transportation necessary to provide and maintain the equipment for three DECA facilities in Guam. Contractor shall provide the equipment in a full operational condition and regularly maintain all equipment in a safe operable condition throughout the POP. The Contractor shall deliver 50% of the equipment to the end-users within 60 calendar days except for the Narrow Aisle Forklift Swing Mast (within 90 calendar days delivery) from the contract award date. MHE shall meet the OSHA safety and health standards and shall meet the acceptance criteria provided in the PWS. 

2.2 Initial Vehicle Inspection: Contractor shall deliver all vehicles to Guam CDC and two (2) commissary stores (Andersen AFB and Orote). Contractor shall be required to unload the equipment at the time of delivery and provide necessary operational familiarization training for all lease equipment. Upon delivery, the contractor and Contracting Officer Representative (COR) shall complete the joint inspection of MHE to document the condition upon arrival. The joint inspection form shall include an inventory list of the equipment, all parts and accessories that come with the MHE. Copies of the joint inspections shall be signed by Contracting Officer Representative (COR) after the inspection. In the event the MHE is replaced at any time, a new joint inspection will need to be conducted. All contractor inspection forms shall be forwarded to the designated Guam CDC, Andersen Commissary, and Orote Commissary POCs. MHEs delivered shall be in good operable and safe condition to include clean interiors/exteriors.

2.3 Contractor Management: The contractor shall provide a 24 hour/7-day a week point of contact in the event that an emergency or required repair arises. Phone number(s) and email address(es) are required.

2.4 Preventative Maintenance: Contractor shall provide all routine maintenance in accordance with OSHA standards and other  industry standards including towing and equipment replacements, if needed. The quarterly inspection should also adhere to the guidelines set by U.S. laws and regulations. Arrangements for local unscheduled maintenance shall be made by the contractor with a response time of 4 hours of Government notification. Prior to beginning of the scheduled maintenance, an inspection shall be conducted by both the contractor and the Contracting Officer Representative (COR) to annotate the general conditions of the equipment. A minimum notice of 72 hours shall be required prior to the routine service maintenance. In the event that the equipment needs repairs or becomes inoperable, the contractor shall perform on/off site servicing/repairs within 72 hours. If the servicing or repairs take longer than 3 days from the time the Government notifies the contractor of the equipment issue, the contractor shall provide a replacement (of the same type, capacity, and condition) on the fourth day. 

2.5 Accident Repairs: The COR shall notify the contractor within twenty-four (24) hours of any damages incurred during the rental period. Following this notification and within seven (7) working days the contractor shall submit two (2) written estimates for damages and a written documentation or statement listing the repair costs, POC’s, and phone numbers of the firms or companies the quotes originated. Contractor shall provide photographs of the damages to the COR. After a review of facts and circumstances, the Contracting Officer will make a determination for equitable adjustment and a modification will be issued. If the vehicle is inoperable due to the damage, the contractor shall provide a new vehicle of the same type and capacity to the Government within 24 hours on the fourth day. Once notified of damage by the Government, the contractor shall respond within 24 hours to take action.

2.6 Final Vehicle Inspection: Final vehicle collection and inspection shall take place at Contractor or Government facilities. Copies of any contractor inspection forms shall be provided to the Government COR/POC’s upon completion of the inspections. All discrepancies in vehicle condition will be addressed by the COR or store location POC’s. The COR will check to ensure all accessories received with the vehicle (and annotated on the joint inspection form) are in the vehicle at the time of return. The contractor shall complete a joint inspection on the vehicle and annotate any damages other than normal wear and tear. Any accident damage found to be other than normal wear and tear shall be the responsibility of the Government. Upon final inspection, each vehicle shall be collected/loaded and transported by contractor personnel. Government personnel shall return the vehicle with clean interiors/exteriors.

3.0 BACKGROUND: The lease of MHE is required for CDC Guam, Andersen Commissary, and Orote Commissary. The MHE is used in support of DeCA daily operations and shall be kept in the standard safe operating conditions at all times.  DeCA is currently seeking information on Long term (60 months) leasing capabilities.

3.1 The contractor shall provide all management, tools, supplies, materials (including chargers), equipment, labor, maintenance and repair, supervision, and transportation necessary to provide and maintain a Material Handling Equipment (MHE) at CDC, Orote Commissary, and Andersen Commissary located in Guam as outlined in this Performance Work Statement (PWS). Maintenance and repair shall be in compliance with all manufacturer specifications, U.S. military regulations, state and U.S. Federal laws and regulatory OSHA standards.

3.2 CLINs will be set-up as follows:

CLIN 0001: Guam CDC MHE

1001: Electric Sit-Down Forklifts (15 Qty)

1002: Order Selectors, Electric (40 Qty)

1003: Forklift, Narrow Aisle Forklift Swing Mast Reach (5 Qty)

1004: Forklifts, Propane Fuel Powered (4 Qty)

1005: Forklifts, Narrow Aisle, Electric (15 Qty)

1006: Pallet Jacks, Electric, Walkie-Rider (6 qty)

CLIN 0002: Orote Commissary

2001: Electric Sit-Down Forklift (2 Qty)

2002: Pallet Jacks, Electric Walkie (2 Qty)

CLIN 0003: Andersen Commissary

3001: Electric Sit-Down Forklift (2 Qty)

3002: Pallet Jacks, Electric, Walkie-Rider (2 Qty)

3003: Forklifts, Propane Fuel Powered (2 Qty)

3004: Pallet Jacks, Electric Walkie (2 Qty)

3.3 EQUIPMENT DESCRIPTION

1.  ELECTRIC SIT-DOWN FORKLIFT (19 Qty)

- 4-wheel Automatic Transmission

- 4000-pound capacity

- Side shift, tilt capability, power steering

- Collapsed mast unit; height not to exceed 86 inches

- Fork length is 42 inches

- Load Back Rest (LBR) standard is 48 inch high

- Standard elevated fork height to be 187 inches (Triplex) at full extension

- Backup/reverse beeper

- Front and rear work lights

- Dry charged battery

- Non-marking rubber cushioned wheels for indoor/improved surface operations 

- Horn, key switch, hour meter, and discharge indicator

- Zero-degree cold storage/freezer conditioning package

- SB350 electrical connector

- 36-volt electrical system, battery rated for 8 hours of continuous duty; industrial battery 

  with minimum 680 ampere hour capacity

- External 208-460 Volt Charger (No Onboard Charger Packs)

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon delivery - Manufacturer’s standard accessories

B.   ORDER SELECTOR, ELECTRIC (40)

- Minimum operational load capacity of 3,000 pounds

- Power Steering

- Fork length is 42 inches

- Collapsed mast unit; height not to exceed 89 inches (to include the overhead guard)

- Standard elevated fork, height at 195 inches (Triplex) at full extension

- Four wheeled unit. Non-marking rubber or polyurethane wheels for indoor/improved  

  surface

- Back up alarm and strobe lights

- Overhead protective guard over the operator. Tether and safety harness

- SB175 battery connectors

- Minimum 24-volt operating system

- Horn, dual spotlights, key switch, hour meter and discharge indicator

- Cold storage/freezer conditioning option to be provided

- Dry charge battery

- Operator lights and fans

- External 208-460 volt charger (No onboard charger packs).

- Keys Required - No operator PIN's

- Pallet clamp and centering device- Heavy duty brake system that is automatically

  applied when the operator leaves the vehicle

- Combination sensing switch and brake pedal switch that requires the operator to be

  completely in the operator’s compartment before truck becomes operational. 

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon

   delivery

- Manufacturer’s standard accessories

C. FORKLIFT, PROPANE FUEL POWERED (6 Qty)

- Operational load rated capacity of 4000 pounds.

- Propane powered system.

- Side shift capability.

- Tilt fork capability.

- Collapsed mast unit; height not to exceed 89 inches as two stage simplex mast or three stage triplex mast.

- Air filled pneumatic drive and steer wheels for outdoor use.

- Power steering, key switch, electric horn, and hour meter.

- Standard fork length is 42 inches.

- Standard elevated fork height to be 126 inches (Duplex) at full extension.

- Front and rear work lights.

- Brake lights.

- Rear view mirror.

- Electronic ignition.

- Automatic transmission.

- Operator restraint system.

- Keys Required - No Operator PIN pad.

- Reverse lights and audible beeper.

- Manufacturer’s standard

D.  FORKLIFT, NARROW AISLE, ELECTRIC (15 Qty)

- Operational load rated capacity of 3500 pounds.

- Power steering.

- Side shift.

- Minimum reach capability of 24 inches.

- Tilt Forks.

- Dual Headlights.

- Strobe warning light.

- Poly load wheels and rubber drive wheels.

- 48” high load backrest extension.

- Travel speed limit switch.

- Fork length is 42 inches.

- Collapsed mast unit; height not to exceed 95 inches.

- Standard elevated fork height to be 212 inches (Triplex) at full extension. 

- Cold storage to -20 degrees for all OCONUS shipments.

- Dry charged battery for OCONUS shipment.

- 24 Volt system battery (875 ampere hour capacity). 

- Battery Connector-SB350 Anderson Red (Position B- 16inch lead).

- Horn, hour meter, and discharge indicator combined.

- Back up alarm.

- Operator Lights & Fans

- External 208-460 Volt Charger (Preset to 208 volts) (NO On board Charger Packs).

- Keys Required - No operator PIN pads.

- Heavy duty brake system that is automatically applied when the operator leaves the

  vehicle.

- Combination sensing switch and brake pedal switch that requires the operator to be

  completely in the operator’s compartment before truck becomes operational      

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon   

  delivery

-  One (1) set of operator manual for each forklift(s) to be furnished by Contractor at

   time of equipment(s) delivery.

- Accessories: Manufacturer’s standard

E.  FORKLIFT, NARROW AISLE SWING MAST REACH (5 Qty)

- Operational load rated capacity of 5000 pounds.

- Raised fork height needs to be a MINIMUM of 310 inches. (Top Shelf is 307")

- Collapsed mast unit height; not to exceed 120 inches as a 3 or 4 stage high visibility mast.

- 90-degree right side mast rotation or 180 degrees left to right rotation.

- 21 to 24 inches and mast shift

- Forks or mast must tilt FWD/RWD approx. 3 to 4 degrees each way.

- Laser fork height indicator.

- Camera with operator compartment monitor.

- Standard fork length is 40 inches.

- 42-inch-wide fork carriage.

- Power steering, key switch, electric horn, and hour meter.

- Electronic ignition.

- Automatic transmission.

- Operator restraint system.

- non-marking tires.

- Horizontal Tilt Indicator.

- For rail guide system 58-61 inches wide.

- Backup/Reverse alarm.

- Work Lights.

- Cold storage to -20 degrees for all OCONUS shipments

- Electric battery powered 48-volt, 1,000-amp hour, SB 350 Blue Battery Connectors

- External 208-460 Volt Charger (NO On Board Charger Packs).

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon

  delivery

- Manufacturer’s standard accessories

F.  PALLET JACK, ELECTRIC, WALKIE-RIDER (8 Qty)

- Maximum operational load rated capacity of 6000 pounds

- Control and steering handle designed for full and easy control of travel, steering, lifting

   and lowering.

- Forward and reverse.

- Horn.

- Wide angle steering (180 degrees) to allow for right angle turns.

- non-marking drive wheels.

- Fork length standard at 48 inches unless otherwise specified below.

- Anderson SB175-Red connector (Pos B-20” leads).

- Dry charged battery for OCONUS shipment.

- Zero degrees cold storage / freezer conditioning package.

- Minimum 24-volt system.

- Minimum 180 ampere hour rating.

- Minimum 8 hours of continuous operations.

- Discharge meter and hour meter combined

- External 208-460 Volt Charger (NO On board Charger Packs).

- Keys Required - No operator PIN pads.

- When the control handle is fully raised or fully lowered there is an automatic activation

   of brakes to stop the unit and the drive power cuts-off.   

- Combination sensing switch and brake pedal switch that requires the operator to be

   completely in the operator’s compartment before the truck becomes operational.

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon

   delivery

- Manufacturer’s standard accessories

G. PALLET JACK, ELECTRIC, WALKIE (4 Qty)

- Maximum operational load rated capacity of 4500 pounds.

- Control and steering handle designed for full and easy control of travel, steering, lifting

   and lowering.

- Forward and reverse.

- Horn.

- Wide angle steering (180 degrees) to allow for right angle turns.

- non-marking drive wheels.

- Fork length standard at 48 inches unless otherwise specified below.

- Battery connector Anderson (red) SB175, Pos B-20” lead.

- Dry charged battery for OCONUS shipment.

- Zero degrees cold storage / freezer conditioning package standard for all OCONUS

  shipments.

- Minimum 24-volt system.

- Minimum 180 ampere hour rating.

- Minimum 8 hours of continuous operations.

- Control handle design provides for full and easy control of travel, steering, lift, lower,    

  auto reverse, and horn.

- Discharge indicator and hour meter combined.

- External 208-460 Volt Charger (Preset to 208 volts) (NO On Board Charger Packs).

- Keys Required - No operator PIN's

- When the control handle is fully raised or fully lowered there is an automatic activation  

   of brakes to stop the unit   and the drive power cuts-off.

- Operator Manual for each equipment (In English CD, CD ROM, or Booklet) upon

  delivery

- Manufacturer’s standard accessories

4.0  QUESTIONS

4.1  Does your firm have on-island assets to meet all MHE requirements.

4.2  State your position to ensure your firm has sufficient assets available to replace MHE that cannot be repaired in-place within 24 hours of down time.

4.3  What capabilities do you have in place to ensure you have sufficient repair parts on-hand to repair equipment on-island.

4.4  Describe your experience (Government or non-Government) providing the services described above or similar services in Guam or other geographic locations.

4.5  What is your socio-economic status? If Large business, please describe if you have any Small Business relationships or sub-contracting capabilities you have in place to maximize the use of Small Business concerns. Do you have any established partnering or teaming agreements with small business firms that can provide rapid delivery and support of the supply, repair or replacement of MHE equipment if/when it becomes inoperable.

4.6  Do you have the capability to provide MHE in Guam that is less than three years old.

4.7  What is the timeline that your firm can provide or deliver the full quantity of MHE from the time the contract is awarded.

4.8  Are you a U.S. or Foreign owned business. Awardee must be registered in SAM with Cage Code assigned. 

5.0 RESPONSES

5.1 Please respond to this notice with a capability statement and responses to questions in Section 4.0 if interested in submitting a quote for the follow-on solicitation no later than COB on Monday, 19 February 2024, 4:00 p.m. JST (Japanese Standard Time).  POC for all inquiries is Ms. Roxan Boado (Contract Specialist), email at roxan.boado@deca.mil and Mr. Roger Bessette (Contracting Officer), email at roger.bessette@deca.mil

5.2 All responses must be submitted electronically via email to Ms. Boado, email at roxan.boado@deca.mil (Contract Specialist) and Mr. Roger Bessette (Contracting Officer), email at roger.bessette@deca.mil

5.2.1 Cover Sheet must have RFI title, company name, cage code and DUNS number, address and technical POC. (See Attachment #1)

5.2.2 Capability Statement must have enough information to determine the company’s ability to provide the services.

6.0 Disclaimer

6.1 This RFI notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. Sources Sought Information, and Capabilities for Material Handling Equipment (MHE) lease, maintenance and repair services.

Department/Ind.Agency DEPT OF DEFENSE
Office
DEFENSE COMMISSARY AGENCY-PAC AREA
Contract Opportunities
Notice Type
Sources Sought
Updated Date
2024-02-14
Published Date
2024-02-14
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with