SMALL BUSINESS SET-ASIDE FOR ONE (1) 35,000-POUND CAPACITY FORKLIFT AND ONE (1) 6,000-POUND CAPACITY FORKLIFT
ID: W911QX24Q0267Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

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

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for a small business set-aside contract to procure one 35,000-pound capacity forklift and one 6,000-pound capacity forklift for use at Aberdeen Proving Ground, Maryland. The procurement requires adherence to specific technical specifications, including diesel power, safety standards, and advanced functionalities for both forklifts, with delivery expected within six to nine months after contract award. This acquisition is crucial for maintaining operational efficiency and safety standards in military logistics. Interested vendors should contact Nicole Propst at nicole.l.propst.ctr@army.mil or Christopher Moy at christopher.r.moy.civ@army.mil for further details, and proposals must comply with the outlined evaluation criteria and federal regulations.

    Files
    Title
    Posted
    The document solicits proposals for the procurement of one 35,000-pound and one 6,000-pound capacity forklift as part of a small business set-aside contract (Solicitation Number: W911QX24Q0267). It emphasizes a tiered evaluation process, transitioning to full competition if no acceptable small business offers are received. The acquisition falls under NAICS Code 333924 for industrial machinery manufacturing, needing delivery within 6 to 9 months after award to Aberdeen Proving Ground, Maryland. Offerors must comply with technical requirements detailed in the solicitation, which is prepared under FAR Subpart 12.6. Evaluation criteria include technical performance, past performance, and price, with the goal of selecting the most advantageous offer for the government. Additionally, the document outlines compliance with various federal regulations and clauses, including restrictions on subcontractor sales and reporting requirements. The document highlights the importance of adhering to government terms and conditions, specifically addressing payment instructions, shipping logistics, and the necessity for certain representations in proposals. Overall, it outlines the contracting process and requirements specific to this acquisition while aiming to encourage participation from qualified small businesses.
    The document outlines the comparative evaluation process for federal government solicitations in accordance with FAR 13.106-2(b)(3). It specifies that all received offers will be compared against each other on an item-by-item basis to identify the most beneficial offer for the Government. While the Government may opt to award the contract to the lowest-priced offeror that meets minimum requirements, it retains the right to select a higher-priced offer if it demonstrates greater advantages. Offers must satisfy the Government’s minimum technical requirements to be eligible for award consideration. The evaluation will use three key factors: Technical capabilities, Past Performance, and Price. This structured approach ensures that the Government achieves the best value in its procurement decisions.
    The document outlines key provisions and clauses relevant to federal solicitations, specifically concerning telecommunications and equipment regulations, and contract management processes. A significant focus is on the representation and certification regarding certain telecommunications and video surveillance services, particularly under Section 889 of the John S. McCain National Defense Authorization Act, which prohibits contracting with entities using “covered telecommunications equipment or services.” Moreover, it specifies obligatory disclosures from offerors, detailing any covered equipment provided, maintenance services, and representations on the usage of such equipment. The document also includes procedural details for item identification, specifically under clause 252.211-7003 concerning unique item identification and valuation for supplied goods. Payment instructions through the Wide Area Workflow (WAWF) system are laid out, ensuring efficient processing of requests and receiving reports. The contracting and administrative contacts are specified, facilitating future correspondence. Overall, this document serves as an essential guide for contractors responding to federal solicitations, emphasizing compliance with technical standards, financial processes, and regulatory requirements regarding telecommunications equipment.
    The government document outlines the requirements for procuring two types of forklifts: one with a 35,000-pound capacity and another with a 6,000-pound capacity. Both forklifts must adhere to specific technical specifications, including diesel power, pneumatic tires, enclosed cabs, and compliance with safety standards such as ANSI B56.1, OSHA 1910, and NFPA 505. The 35,000-pound forklift must feature multiple advanced functionalities like a three-stage mast, auto-leveling forks, and safety lights, while the 6,000-pound forklift requires hydraulic controls and a two-stage mast. Both units must include freight, delivery, rigging services for unloading, and warranties, along with hard and electronic copies of operator and maintenance manuals. The delivery address is specified, with a time frame of six to nine months post-contract award. The document is publicly available and aims to ensure that the procurement process meets the necessary guidelines and standards for government contracts while specifying detailed equipment requirements. This procurement reflects the government’s commitment to utilizing commercial products in compliance with established safety protocols.
    The government seeks to procure two forklifts with specific capabilities and features. The first forklift should have a 35,000-pound lift capacity, while the second one is required to have a minimum 6,000-pound lift capacity. These machines must adhere to stringent safety and quality standards and offer comfortable enclosures for operators. The forklifts come with various standard features, including lighting, mirrors, and backup alarms, and are to be delivered to a specified location in Maryland within a window of six to nine months after the contract award. The vendor will also provide manuals and warranties for the equipment. The emphasis on detailed specifications indicates a precise procurement objective, targeting specialized forklift capabilities.
    The government seeks two robust forklifts for material handling. One forklift has a 35,000-pound lift capacity, while the other reaches 6,000 pounds. Both are class V pneumatic tire forklifts with diesel engines and enclosed cabs, offering comfort and safety. The forklifts must adhere to stringent ANSI, OSHA, and NFPA standards and include OEM warranties, manuals, and safety features like lights, mirrors, and backup cameras. With delivery deadlines set, the focus is on timely procurement, ensuring operational readiness within a defined timeline.
    The Sources Sought Notice issued by the U.S. Army seeks to identify potential suppliers capable of fulfilling its requirement for two forklifts: a 35,000-pound capacity model and a 6,000-pound capacity model. The main objective is to gauge the market's ability to meet the army's specific needs, which are detailed in the attached "Salient Characteristics" document. Respondents must confirm their ability to meet each specification and provide technical documentation outlining how their forklift technology aligns with the army's requirements. Along with fair market pricing estimates and relevant contract information, companies are required to share their CAGE/UEID codes and detail their business size and status. The army encourages small businesses to respond and specifies the desired delivery timeframe of 6 to 9 months after contract award. This notice is a preliminary step to assess the potential pool of contractors, with responses due within five business days.
    Similar Opportunities
    Electrical Forklift
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an Electrical Forklift through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 493110, which pertains to General Warehousing and Storage, indicating the need for reliable material handling equipment. The forklifts will be utilized in various operations within Puerto Rico, emphasizing their importance in supporting logistical and warehousing functions. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are currently being requested with no written solicitation to follow.
    Pneumatic Tire Forklift - Gasoline Only
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Pneumatic Tire Forklift powered by gasoline. This solicitation has transitioned from a 100% small business set-aside to an unrestricted acquisition, indicating a broader opportunity for various suppliers to participate. Pneumatic tire forklifts are critical for material handling in warehouse and industrial settings, facilitating efficient movement of goods and equipment. Interested vendors can reach out to Elizabeth Ferro at elizabeth.ferro.civ@army.mil or Paolo Profumo at paolo.f.profumo.civ@army.mil for further details regarding the solicitation process.
    4K Diesel, Rough Terrain Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 4K Diesel, Rough Terrain Forklifts. This opportunity involves competitive, full and open competition for the manufacturing of industrial trucks, tractors, trailers, and stacker machinery, which are critical for various logistical and operational tasks within military environments. Interested vendors should note that paper copies of the solicitation will not be provided, and they are encouraged to review the solicitation and attachments for comprehensive details regarding the requirements. For inquiries, potential bidders can contact Andrew Watson at 717-605-7554 or via email at andrew.s.watson1@navy.mil.
    6,000 POUND FORKLIFTS AND SERVICE
    Active
    None
    Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.
    Material Handling Equipment Lease 10K Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission & Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the lease of eighteen (18) 10,000-pound forklifts to support military operations at Fort Bliss, Fort Cavazos, and Fort Liberty. The contract requires the provision of forklifts without operators, along with maintenance services every 500 operating hours, in accordance with the attached Performance Work Statement (PWS). This procurement is critical for addressing equipment shortages essential for deployment operations and ensuring operational readiness within the Army's logistics framework. Interested small business firms must submit their bids by September 19, 2024, and can direct inquiries to Hasan Williams at hasan.j.williams.mil@army.mil or Jenny Cisneros at jenny.a.cisneros.mil@army.mil.
    NTC 25-02 36K Forklifts Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Army's MICC Fort Cavazos, is seeking bids for the rental of three 36K Forklifts, with a focus on supporting small businesses under a Total Small Business Set-Aside contract. The procurement requires the delivery of fully operational forklifts to Fort Irwin, California, ensuring compliance with safety and environmental regulations, and includes a performance period from October 8 to November 27, 2024. This equipment is crucial for military logistics and training operations at the National Training Center, emphasizing the government's commitment to quality and regulatory compliance. Interested contractors must submit their quotes by 11:30 AM Eastern Time on August 30, 2024, and can reach out to Dale Patterson or SSG Ben Shepherd for further inquiries.
    Comblift Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide two Comblifts with a capacity of 25,000 lbs, as outlined in the attached specifications document. The procurement aims to acquire forklifts suitable for confined warehouse environments, capable of lifting containers weighing between 4,000 lbs and 15,000 lbs, with a maximum lift height of 13'5" and operational dimensions tailored for efficiency in limited spaces. Interested vendors are encouraged to respond with their capabilities and delivery timelines, as this sources sought notice is intended for market research purposes only, with no contract awards resulting from this posting. For further inquiries, potential respondents can contact Michael Mascorro at michael.mascorro.1@us.af.mil.
    FORKLIFT RENTAL BASE PLUS OPTIONS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Atlantic, is soliciting quotes for forklift rental services for a base year with four additional option years. The procurement aims to secure reliable materials handling equipment essential for various operations, ensuring operational efficiency and support. Interested vendors are required to submit a cover letter, quote, and Reps/Certs documentation as part of their proposal package, with all submissions directed to Contract Specialist Michelle Pierce at michelle.a.pierce15.civ@us.navy.mil or by phone at 843-218-2025. This opportunity falls under the NAICS code 532412 and is categorized as a solicitation for commercial items, with no separate written solicitation to be issued.
    Material Handling Equipment Port San Antonio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of material handling equipment, specifically forklifts, to support operations at the Port of San Antonio, Texas. The requirement includes three models of Toyota forklifts, which must meet specified operational needs and be covered under appropriate warranties, ensuring the sustainment of the Air Force Medical Readiness Agency's logistics operations. This procurement is critical for maintaining efficient medical logistics at Joint Base San Antonio and is part of a full and open competition process. Interested vendors must submit their quotes electronically by September 16, 2024, at 4:00 PM CST, and can direct inquiries to Contract Specialist Eric Oliver or Contracting Officer Meredith Parker via the provided email addresses.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.