Forklift
ID: W91QVN25QA028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0411 AQ HQ CONTRACT AUGAPO, AP, 96271-5289, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

GROUND EFFECT VEHICLES (2305)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals from women-owned small businesses for the provision of a 5-ton diesel forklift to be delivered to Camp Humphreys in South Korea. The procurement requires compliance with specific operational features, including a 72-inch fork length, safety components such as LED work lamps, and adherence to federal regulations, including various Federal Acquisition Regulation (FAR) clauses. This forklift is essential for logistical operations within military facilities, ensuring efficient material handling and support. Interested vendors must submit their proposals by June 20, 2025, and are encouraged to contact Yong Suk Kim at yongsuk.kim5.ln@army.mil or Sung Yong Yi at sungyong.yi.ln@army.mil for further information.

    Files
    Title
    Posted
    The document outlines specifications for the procurement of a Hyundai 50Dn-9VB forklift or an equivalent model, as part of a government Request for Proposal (RFP). It details operational characteristics, safety features, and optional configurations required. Key specifications include a two-stage mast with a maximum height, a 72-inch fork length, and a range of safety enhancements such as overhead guards, LED work lamps, and a dry chemical fire extinguisher. Vendors are instructed to provide their most current product catalog with highlighted features that comply with the stated requirements. This RFP aims to ensure that the procurement meets all necessary operational standards while allowing flexibility for vendors to propose equivalent products that match or exceed the specifications mentioned. The emphasis on safety and operational efficiency reflects the government’s commitment to maintaining high standards in equipment procurement.
    The document outlines the specifications for a procurement request involving the Hyundai 50Dn-9VB forklift, focusing on its required features and options that must meet or exceed the brand name standards. Key operational components include an overhead guard with rain cover, non-suspension seat options, general levers, and various mast configurations. The forklift should include a 2-stage standard mast, an 1800mm fork length, and a wide carriage attachment with independent fork positioners. Safety features are highlighted, including LED work lamps and a panorama mirror. Vendors are required to submit current product catalogs, ensuring that they indicate the selected mast type and options within their proposals. This document serves as a formal Request for Proposals (RFP), providing essential details for vendors interested in supplying this equipment while adhering to government standards and expectations for safety and functionality.
    The document outlines a request for proposals (RFP) for a Hyundai 50Dn-9VB forklift or an equivalent model, detailing essential operational specifications and optional features required for bids. Key specifications include a two-stage mast, various seat and lever options, hydraulic and piping setups, and choices for additional attachments such as a side shift with fork positioner. The RFP emphasizes the need for enhanced visibility with front and rear LED work lamps and safety beacons. Vendors are instructed to submit proposals along with the latest product catalog, highlighting the mast type and specs. The document serves as a formal solicitation aimed at acquiring the specified material handling equipment, ensuring that all proposals meet or exceed the outlined standards and requirements. This aligns with broader federal and state procurement processes aimed at maintaining high standards in public equipment acquisition and operational efficiency.
    The document is a solicitation for a contract proposal from women-owned small businesses (WOSB) for the provision of a 5-ton diesel forklift. It details the specifications for the forklift model, including essential features and operational requirements, as well as the procurement process timeline. The due date for offers is set for June 20, 2025, with an allotted delivery time of 30 days post-award to a specified location in South Korea. The document incorporates various Federal Acquisition Regulation (FAR) clauses that govern compliance with federal laws, including provisions pertinent to small business participation, labor standards, and payment instructions via the Wide Area WorkFlow (WAWF) system. The contractor is responsible for ensuring that invoices are submitted electronically and that any Value-Added Tax waivers are certified upon contract proposal submission. This solicitation underlines the government's commitment to leveraging small businesses while adhering to regulatory compliance in public procurement processes.
    This document outlines the solicitation for a contract involving the procurement of a 5-ton diesel forklift for the U.S. Army, designated for free delivery to U.S. Army Garrison Humphreys in South Korea. It specifies procurement processes, including the use of a Standard Form 1449 for commercial products and services, and outlines contractor obligations including compliance with several Federal Acquisition Regulation (FAR) clauses. The contractor must ensure that the forklift meets or exceeds specified characteristics and provides detailed proposals, which must be submitted electronically using the Procurement Integrated Enterprise Environment (PIEE). It highlights requirements for inspections, invoicing through Wide Area Workflow (WAWF), and the delivery schedule. Additionally, it incorporates clauses related to anti-trafficking policies, cybersecurity measures, and encourages use of small businesses, particularly women-owned entities. The contract entails stringent compliance measures regarding safety, delivery timelines, and regulatory standards, showcasing the government's commitment to maintaining high operational standards and accountability in federal procurement processes.
    Lifecycle
    Title
    Type
    5ton Diesel Forklift
    Currently viewing
    Solicitation
    Similar Opportunities
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Forklift Picker
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified vendor to supply and deliver a Noblelift Model OP8.5 Electric Order Picker to Fort Eustis, VA, within a 45-day timeframe. The order picker must meet specific technical requirements, including operating on a 24V lithium battery, having a lift height of at least 16.4 feet, and supporting a total load capacity of no less than 850 lbs, while incorporating essential safety features such as operator presence buttons and emergency lowering switches. This equipment is crucial for efficient warehouse operations, ensuring safe and effective material handling. Interested vendors should contact Jadeane Jones at jadeane.m.jones.civ@army.mil or call 757-878-0410 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Sources Sought for Class-III Liquefied Petroleum Gas (LPG) Forklift
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking potential sources for the procurement of a Class-III Liquefied Petroleum Gas (LPG) Forklift to be delivered to Redstone Arsenal in Huntsville, Alabama. The forklift must meet specific requirements, including a 6,000 lbs. capacity, a maximum fork height reach of at least 10 feet, and various safety features such as headlights, mirrors, and a backup alarm. This procurement is crucial for operational efficiency at the facility, and interested parties are invited to submit white papers detailing their capabilities and product specifications by December 23, 2025. For inquiries, contact Jimmy Creech at jimmy.w.creech.civ@army.mil or call 256-842-5142.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.