6K Diesel, Sit-down Counterbalanced Forklifts
ID: N0010424RK015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

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

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 6K Diesel, Sit-down Counterbalanced Forklifts. The requirement emphasizes that only new forklifts will be accepted upon delivery, and the procurement process is competitive and open to all qualified vendors. These forklifts are essential for various operational tasks within the Navy, ensuring efficiency and reliability in logistics and material handling. Interested contractors must submit their proposals by the extended deadline of September 11, 2024, at 2 PM Eastern Time, and are encouraged to contact Andrew Watson at 717-605-7554 or via email at andrew.s.watson1@navy.mil for further details and clarification on the solicitation requirements.

    Point(s) of Contact
    Telephone: 717-605-7554
    andrew.s.watson1@navy.mil
    Files
    Title
    Posted
    The document outlines an amendment for solicitation N0010423YM006A related to the procurement of forklifts by the NAVSUP Weapon Systems Support. The key modification clarifies vendor inquiries regarding the acceptance of used forklifts, confirming that only new forklifts will be accepted upon delivery. The amendment modifies the existing solicitation terms, not extending the deadline for offers, and specifies that vendors must acknowledge the amendment to avoid rejection of their offers. Key administrative details are included, such as the contracting officer's information and contact details for submissions. This amendment is crucial for ensuring compliance and clarity in the procurement process, reinforcing the government's requirement for new equipment while facilitating the submission process for contractors.
    The document serves as an amendment to a solicitation regarding a federal contract, specifically under Contract ID N0010423YM006A. It officially extends the deadline for proposal submissions from June 5, 2024, to June 19, 2024, at 2 PM Eastern Time. All other terms and conditions of the solicitation remain unchanged. The amendment outlines the acceptance methods for acknowledging receipt, emphasizing the importance of timely acknowledgment to avoid rejection of proposals. Additionally, it reiterates that changes in contract terms may occur under specified provisions of the Federal Acquisition Regulation (FAR). This amendment highlights the administrative aspect of government contracting, ensuring that interested contractors remain informed about critical timeline adjustments while complying with established protocols during the bidding process.
    The document pertains to an amendment of a solicitation related to a government contract (N0010423YM006A). It extends the deadline for proposal submissions from June 19, 2024, to July 3, 2024, and addresses vendor inquiries. Key changes include a discussion on the acceptable color for required materials, confirming that the preferred shade of yellow is mandatory unless explicitly noted otherwise in vendor proposals. Additionally, the amendment allows the use of solid pneumatic tires instead of cushion tires, contingent upon compliance with salient characteristics and successful First Article Testing (FAT). However, the amendment clarifies that UL certification is non-negotiable, mandating that the vehicles must be certified for US standards, thereby disallowing non-compliant alternatives. Overall, the purpose of the amendment is to provide vendors with updated proposal submission deadlines and clarify responses to frequently asked questions regarding specification compliance. This reflects the federal government’s effort to ensure procurement aligns with regulatory standards while being responsive to vendor capabilities.
    The document is an amendment to a solicitation and/or modification of a government contract, specifically for the NAVSUP Weapon Systems Support. It outlines important administrative details regarding an extension of the offer submission deadline, reminding vendors that pricing information should only be included in the designated Pricing Matrix section. The amendment clarifies that all original terms and conditions remain unchanged, reinforcing the necessity for bidders to acknowledge receipt of this modification promptly to avoid potential rejection of their offers. Changes to the contract documentation are managed under specified authorities, and the effective date of this amendment is June 14, 2024. This amendment procedure underscores the importance of compliance and accuracy in federal contracting processes to facilitate fair bidding and transparency among interested vendors.
    The amendment N0010423YM006A outlines changes to a solicitation and provides clarification on pricing submissions related to various Contract Line Item Numbers (CLINs). Specifically, it stipulates that pricing for CLINs 0001AA and 0001AB must be entered exclusively in Section J of the pricing matrix, while CLIN 0002 should be priced in Section B. CLIN 0003 is designated as not separately priced. The document reaffirms that all other terms and conditions remain unchanged. It also details the acknowledgment requirements for bid submissions following this amendment, indicating that failure to comply could result in offer rejection. Furthermore, it specifies the administrative changes made to the existing contract and confirms the extension of the offer receipt date. This amendment reflects the government's procedural updates in managing contract modifications and compliance with Federal Acquisition Regulation (FAR) guidelines.
    The document is an amendment to a federal solicitation pertaining to contract ID N0010423YM006A, issued by NAVSUP Weapon Systems Support. It extends the deadline for receipt of proposals from July 3, 2024, to July 16, 2024, at 2 PM Eastern Time. This amendment maintains all other terms and conditions from the original solicitation unchanged. Contractors are required to acknowledge receipt of this amendment in their proposals, which can be done through various specified methods, ensuring compliance with submission deadlines to avoid rejection. The document includes formalities typical of government contract modifications, such as signatures and contact information for the contracting officer, Andrew Watson. This amendment underscores the government's efficiency in managing contractual processes, allowing potential bidders additional time to prepare their submissions.
    This document serves as an amendment to a solicitation/modification of a government contract, specifically referencing solicitation N0010423YM006A. The primary update is the extension of the proposal submission deadline from July 23, 2024, to July 30, 2024, at 2 PM Eastern Time. All other terms and conditions of the original document remain unchanged and enforceable. The amendment requires that any acknowledgment of this change be submitted before the newly established deadline, with specific instructions provided for methods of acknowledgment. The document is issued by NAVSUP Weapon Systems Support in Mechanicsburg, Pennsylvania, with administrative details included. This amendment reflects procedural adjustments within federal contracting processes within the Department of Defense, aiming to facilitate participation by interested parties while ensuring compliance with established regulations.
    This document contains an amendment to a solicitation for a federal contract identified as N0010423YM006A. The primary purpose of the amendment is to outline changes made to the solicitation, specifically the removal of the FAR clause 52.219-33, which pertains to the Nonmanufacturer Rule. The document reiterates that all terms and conditions, aside from highlighted changes, remain unchanged. It includes instructions on how contractors must acknowledge receipt of this amendment and details the consequences of failing to do so. Key updates to contract clauses are listed, including compliance with various Federal Acquisition Regulation (FAR) provisions concerning commercial products and services. This includes stipulations related to subcontractor sales, prohibitions on certain software and technology, and clauses ensuring equal opportunity and worker protections. The document emphasizes obligations for contractors regarding employment practices, veterans' rights, and small business utilization. Overall, the amendment facilitates transparency in government contracting processes and enforces regulatory compliance while supporting small business participation in federal procurement.
    This document is an amendment to the solicitation/modification of a federal contract, specifically identified as N0010423YM006A. The primary purpose of this amendment is to extend the deadline for proposal submissions from August 27, 2024, to September 11, 2024, at 2 PM Eastern Time. The amendment specifies that aside from this change, all other terms and conditions of the original solicitation remain effective. Parties interested in submitting offers must acknowledge receipt of this amendment prior to the new deadline, via specified methods. The document is issued by NAVSUP Weapon Systems Support and includes sections detailing the contract identification, effective date, and procedural requirements for offer acknowledgment. Overall, this amendment serves to facilitate the submission process for prospective contractors by allowing additional time while ensuring compliance with federal procurement regulations.
    The document is an amendment to solicitation N0010423YM006A concerning contract modification and vendor inquiries related to pricing and testing requirements for forklift units. Key discussions include how to factor FAT (First Article Testing) costs into overall pricing, the inclusion of test pricing for technical manuals, and clarification on delivery schedules for RFP submissions. The amendment addresses vendor questions about line item requirements and confirms that the contractor must integrate certain costs into unit pricing, without specific line items for some expenses. Additionally, it allows contractors to propose adjustments to the delivery timeline under specified sections of the solicitation. Overall, this modification seeks to clarify expectations and facilitate the bidding process by providing clear guidance on pricing structure and testing responsibilities, reflecting standard practices in government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Lease of Diesel and Electric Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease of one diesel and one electric forklift to support the Forward Logistics Element in Baumholder, Germany. The procurement aims to secure reliable material handling equipment with a lifting capacity of 6,000 lbs, essential for enhancing logistical operations and ensuring operational readiness. Interested contractors are required to submit their proposals by September 11, 2024, at 2:00 PM local time, and must adhere to federal procurement standards, including compliance with technical specifications and performance requirements outlined in the Performance Work Statement (PWS). For further inquiries, interested parties can contact Abdou Arouna at abdousebassitou.arouna.mil@army.mil or Ye Yang at ye.yang.mil@army.mil.
    Forklift 6K
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a 6K forklift through a combined synopsis/solicitation process. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing. The forklift is essential for various operational tasks within military installations, emphasizing the importance of reliable and efficient material handling equipment. Interested vendors should direct their inquiries to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243, as proposals are being requested with no written solicitation to follow.
    SMALL BUSINESS SET-ASIDE FOR ONE (1) 35,000-POUND CAPACITY FORKLIFT AND ONE (1) 6,000-POUND CAPACITY FORKLIFT
    Active
    Dept Of Defense
    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.
    2090 - 6K 48 Inch Manual Pallet Jacks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of 6K, 48-inch manual pallet jacks. The requirement includes the purchase of 60 units, with an option for an additional 60 units, along with FAT testing and associated documentation. These pallet jacks are essential for material handling and logistics operations within naval facilities. Interested vendors must submit their electronic offers by September 10, 2024, at 2 PM Eastern, and can direct any inquiries to Andy Watson at andrew.s.watson1@navy.mil.
    3930--ELECTRIC FORKLIFT -QTY-1EA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of one electric forklift, specifically the Tailift ZFB25P model, as part of a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The forklift must meet specific technical requirements, including a minimum lift capacity of 5,000 lbs and compatibility with a standard 120V outlet, to enhance operational capabilities at the Seattle VA Medical Center. This procurement underscores the government's commitment to supporting veteran-owned businesses while ensuring compliance with federal regulations, including the Buy American Act. Interested vendors must submit their proposals by September 11, 2024, and direct any inquiries to Contracting Officer Derek Crockett at Derek.Crockett@va.gov.
    Fork Lift
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Fork Lift under a combined synopsis/solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333248, which pertains to All Other Industrial Machinery Manufacturing, with a focus on warehouse trucks and self-propelled tractors. The equipment is essential for various operational tasks within military logistics and supply chain management. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are being requested with no written solicitation to be issued.
    Watts Bar/Pickwick Lock Forklift and Boom Pole
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Nashville District, is seeking information from qualified contractors regarding the procurement of two new Hyundai 30D-9V forklifts and two Vestil LM-1NT-6-24 Steel Non-Telescoping Lift Booms. The equipment is intended for delivery to Watts Bar Lock in Decatur, TN, and Pickwick Lock and Dam in Counce, TN, to support operational needs at these facilities. This request for information (RFI) is part of market research to identify potential suppliers capable of fulfilling this requirement, with no solicitation currently available. Interested parties must submit their responses by 12:00 PM Central Time on September 10, 2024, to the designated contacts, Connor Struckmeyer and Jori Cox, via email.
    Pneumatic Tire Forklift - Gasoline Only
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for a Pneumatic Tire Forklift that operates solely on gasoline. This procurement emphasizes the requirement for a gasoline-only model, explicitly stating that quotes for dual fuel, propane, or diesel options will not be considered. Pneumatic tire forklifts are critical for various warehouse and logistics operations, facilitating the movement of goods in military and industrial settings. Interested vendors should direct their inquiries to Elizabeth Ferro at elizabeth.ferro.civ@army.mil or Paolo Profumo at paolo.f.profumo.civ@army.mil, with the response due date extended as per the latest modification.