Forklift Operator Services
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
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Apr 04, 2022 01:02 pm PDT
- Original Published Date: Oct 07, 2021 04:11 pm PDT
- Updated Response Date: Apr 08, 2022 02:00 pm PDT
- Original Response Date: Oct 15, 2021 07:00 am PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Dec 14, 2021
- Original Inactive Date: Oct 30, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: V119 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
- NAICS Code:
- 488320 - Marine Cargo Handling
- Place of Performance: Bremerton , WA 98314USA
Description
The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for forklift operator support at Puget Sound Naval Shipyard, Bremerton, WA.
For additional information regarding the technical specifications, please refer to the attached draft Performance Work Statement (PWS).
Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. 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. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”
Project Background
The Contractor shall provide services necessary for the operation of Government furnished Material Handling Equipment (MHE), up to 17-ton forklifts, within the confines of the Bremerton Naval Complex (BNC) at Bremerton, WA. The geographic location(s) for performance of work within the BNC shall include areas in the immediate, surrounding, and adjacent areas of waterfront support facilities, Dry Docks, and in and around waterborne vessels moored and/or berthed within the confines PSNS & IMF and Naval Base Kitsap (NBK), Bremerton, WA 98314-5100. The Contractor shall provide 20 forklift operators and 4 forklift operator-working leads. The Contractor shall be responsible for providing all labor, management, supervision, coordination, quality assurance, quality management, quality control, and personal protective equipment (PPE) necessary to perform the requirements of this work statement.
The Government estimates the period of performance for this requirement to be appoximately 1 July 2022 to 30 September 2022.
Required Capabilities:
Additional detail is provided in the PWS attached to this announcement (Attachment 1).
If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: Organization Name, size standard, and CAGE code
Any applicable brochures or company capability material may also be submitted.
Eligibility
The applicable NAICS code for this requirement is 488320 ‘Marine Cargo Handling,’ with a Small Business Size Standard of $41,500,000.00. The Product Service Code is V119. Businesses of all sizes are encouraged to respond.
Submission Details
Interested parties are requested to submit via email. The email subject line should be “Sources Sought Response for N4523A22Q5703.” The response to the sources sought may be in either Microsoft Word, Portable Document Format (PDF), or in the body of the email and shall be addressed to carolyn.m.seim1@navy.mil, and george.rutt@navy.mil.
ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT.
Attachments/Links
Contact Information
Contracting Office Address
- 1400 FARRAGUT AVE
- BREMERTON , WA 98314-5001
- USA
Primary Point of Contact
- Bailey Juvinall
- bailey.juvinall@navy.mil
Secondary Point of Contact
- George R. Rutt
- george.rutt@navy.mil
- Phone Number 3602659958
History
- Apr 04, 2022 08:56 pm PDTSources Sought (Updated)
- Apr 04, 2022 12:54 pm PDTSources Sought (Updated)
- Oct 30, 2021 08:56 pm PDTSources Sought (Original)