FY25 Electric Pallet Truck
ID: FA487725QA149Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

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

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of an Electric Pallet Truck under solicitation FA487725QA149. The requirement includes a single unit capable of lifting 10,000 lbs, with specifications that mandate operational continuity for over two hours and compatibility with standard wall outlet charging. This equipment is crucial for military operations, particularly for the 55th Rescue Generation Squadron, ensuring efficient handling of cargo. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 22, 2025, and direct any inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirez_millan@us.af.mil.

    Files
    Title
    Posted
    The document outlines the specifications for an ISU Electric Pallet Truck intended for the 55th Rescue Generation Squadron. It emphasizes that all proposed products must meet or exceed outlined performance criteria as part of a government Request for Proposals (RFP). Key specifications include dimensions of 137" x 54" x 53", the requirement for the unit to recharge using a standard wall outlet, and operational continuity for over two hours. The pallet truck must have a lifting capacity to handle 10,000 lbs, as well as a 1-year limited warranty. Additional features include a 96” fork length, dead-man braking system, horn, hour meter, self-propelled capabilities, and a battery discharge indicator. The focus on detailed specifications underlines the importance of compliance and functionality for military operations. This document serves as an essential guide for vendors submitting proposals, ensuring that submitted products align with the operational needs and safety standards of the squadron.
    The document outlines various clauses and requirements relevant to federal requests for proposal (RFP) submissions, particularly for Department of Defense (DoD) contracting. Key topics include compensation regulations for former DoD officials, whistleblower rights, and prohibitions related to telecommunications equipment and business operations with specific regimes, such as the Maduro regime and entities in the Xinjiang Uyghur Autonomous Region. It details clauses on supplier performance risk, the Buy American Act, unique item identification, and payment instructions via the Wide Area Workflow (WAWF) system. The file is structured into sections delineating incorporated clauses, full text of significant clauses (like item unique identification and payment instructions), and provisions pertaining to offeror certifications and representations. These include compliance stipulations regarding child labor, tax liabilities, and restrictions on operations in countries like Sudan and Iran. The document serves as a comprehensive guide to ensure potential contractors understand their obligations and certifications required for federal contracting, enhancing transparency and compliance throughout the procurement process.
    The document addresses questions regarding Solicitation FA487725QA149 for a pallet truck capable of moving a 463L or ISU-90 weighing 10,000 lbs. Key clarifications include that there is no specific model preference; instead, the government will evaluate submissions based on required characteristics. Vendors are allowed to submit multiple quotes via separate emails. Concerns about electric lift charging requirements are acknowledged, with assurance that the government will collaborate with a qualified electrician for necessary installations. Safety considerations include a Deadman switch, while additional features and tire specifications are left open as trucks will operate at low speeds on pavement. Overall, the document serves to answer vendor inquiries and outline expectations for submissions connected to this government solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    New Aircraft Pallets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of new all-aluminum air cargo pallets to replace the existing 463L model. This procurement aims to enhance the air cargo capability essential for military logistics, ensuring that mission-critical resources are transported with reliability and efficiency. The new pallets will maintain similar dimensions and load capacities while improving durability and operational performance, with a projected monthly requirement of 1,583 pallets. Interested parties must submit their responses to the Contractor Capability Survey by December 19, 2025, and can direct inquiries to Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil or Douglas Lindsey at douglas.lindsey@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.
    17--HOISTING UNIT,AIRCR
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of a hoisting unit, specifically the NSN 1730015939054, under a total small business set-aside. The requirement includes the delivery of one unit to the DLA Distribution Depot in Oklahoma within 167 days after order, with the approved source being 1Y128 7548685-10. This hoisting unit is critical for aerospace craft launching, landing, ground handling, and servicing operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    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.
    10--DRIVE ASSEMBLY,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the DRIVE ASSEMBLY, ELECTRIC (NSN 1005015520376). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical nature of these components for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of a power supply, specifically NSN 6120016842767. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to fulfill critical needs for electric wire and power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for submissions is 168 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    New Manufacture: NSN 6130-01-486-6660HY / PN 713290-2 / F-16 Battery Charger
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 40 F-16 Battery Chargers (NSN: 6130-01-486-6660HY, PN: 713290-2) as part of a firm fixed-price contract. The chargers, which are critical for the operational readiness of F-16 aircraft, are required to be made of stainless steel and must meet specific dimensions and weight criteria. The estimated issue date for the Request for Proposal (RFP) is November 19, 2025, with a closing date of December 19, 2025, and delivery is expected by June 25, 2026. Interested parties should direct inquiries to Kevin Howe at kevin.howe.1@us.af.mil, and the solicitation will be available on www.sam.gov.