Bi-Annual Fleet Maintenance of Hyster S50FT Forklifts
ID: 15F06725Q0000124Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide bi-annual maintenance services for two Hyster S50FT forklifts utilized by its Critical Incident Response Group (CIRG). The procurement aims to ensure compliance with safety regulations and maintain operational readiness for critical incidents, with services including general repairs, safety inspections, and fluid checks. This initiative is crucial for the FBI's operational capabilities, particularly for the Rapid Deployment Team that relies on these forklifts. Interested contractors must submit their quotations by March 14, 2025, with the contract expected to commence on October 30, 2024, and last until October 31, 2025. For further inquiries, potential bidders can contact Jamie Melzer at jlmelzer@fbi.gov or Candice Kesselman at ckkesselman@fbi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) is seeking services for the maintenance and safety inspection of Hyster forklifts used by its Critical Incident Response Group (CIRG). This requirement stems from the need to ensure compliance with safety regulations set by OSHA and CIRG Safety, especially for the Rapid Deployment Team (RDT) that requires operational readiness for critical incidents. Currently, there is no existing contract for these services within the unit, which has led to a proposal to establish a long-term contract for comprehensive forklift servicing across CIRG. The scope of work includes general repairs, thorough inspections of operational controls, fluid levels, and safety mechanisms to ensure all equipment is functional and safe for deployment. The contract is expected to commence on October 30, 2024, and last until October 31, 2025, in Lorton, Virginia. The initiative reflects the FBI's commitment to maintaining operational readiness while upholding safety standards.
    The document presents a federal solicitation (RFP) issued by the FBI for contracted commercial products and services, primarily concerning the planned bi-annual maintenance of two Hyster S50FT forklifts. The solicitation is identified by number 15F06725Q0000124 and is open for bids until March 14, 2025. The required maintenance entails a firm fixed price for safety and upkeep services at a base fee plus additional costs for oil and filters. The acquisition is unrestricted, and specific contractual clauses, including those related to small business involvement, labor standards, and environmental regulations, are referenced throughout. Key clauses in this solicitation include provisions for prompt payment, equal opportunity for veterans, and contractor privacy requirements. The intent of this RFP aligns with the federal government's objective to procure maintenance services while ensuring compliance with regulatory frameworks and promoting small business participation. The document serves as a guideline for potential contractors to understand bidding requirements and compliance obligations while fostering fair competition in service delivery.
    The Federal Bureau of Investigation (FBI) is issuing a Request for Quotation (RFQ) for bi-annual maintenance services for two Hyster S50FT Forklifts used by its Crisis Operations Unit (COU) in the Critical Incident Response Group (CIRG). The service contract aims to ensure safety and operational readiness, covering a one-year period from April 1, 2025, to March 31, 2026. This solicitation is designated for small businesses under NAICS Code 811310 and requires submissions by March 14, 2025. Interested contractors must meet specific technical and past performance criteria and submit quotes in three volumes: Technical Capability, Past Performance, and Price. The evaluation will determine the Lowest Price Technically Acceptable (LPTA) quotation. Furthermore, the bidding process timeline includes a question submission deadline by March 3, 2025, with responses provided shortly after, culminating in the contract award anticipated on March 24, 2025. The RFQ outlines precise submission instructions, evaluation standards, and terms to ensure compliance with federal procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Warehouse Transportation Equipment
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotations for warehouse transportation equipment, including various models of forklifts and pallet trucks, to enhance material handling operations at its Washington, D.C. facility. The procurement emphasizes the need for equipment that meets specific technical specifications for indoor use, including maintenance services for five years post-purchase, and requires compliance with federal contracting regulations. This initiative is crucial for ensuring operational efficiency and safety in the handling of currency-related materials. Interested small businesses must submit their quotations by March 19, 2025, with the expectation of delivery within 90 days post-award. For further inquiries, potential bidders can contact Erica Hemphill at erica.hemphill@bep.gov.
    Forklift Maintenance Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Forklift Maintenance Services. The objective of this procurement is to ensure the proper maintenance and repair of forklifts, which are critical for operational efficiency within the department. This service falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment. Interested vendors should submit their proposals by February 28, 2025, at 1 PM, and direct any questions to Keisha Simmons at keisha.l.simmons.civ@mail.mil or by phone at 703-545-1943, with questions due by February 10, 2025, at 1 PM.
    Fork Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a Fork Lift under a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses and falls under the NAICS code 333613, which pertains to Mechanical Power Transmission Equipment Manufacturing, with a PSC code of 3920 for non-self-propelled material handling equipment. The Fork Lift is essential for various logistical operations within the Army, ensuring efficient handling and transportation of materials. Interested parties can reach out to Michelle Morgan at michelle.r.morgan18.civ@army.mil or by phone at 928-328-6622, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and deadlines.
    6,000 POUND FORKLIFTS AND SERVICE
    Buyer not available
    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.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    W91151-25-Q-A007 36K Forklift Rental_NTC 25-06_COMBO_&_PWS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the rental of three 36K Forklifts to support military training operations at Fort Irwin, California, as part of the NTC 25-06 Rotation. The procurement is set aside for small businesses and aims to establish a Firm-Fixed-Price Contract for the rental period from March 12 to April 19, 2025, with a submission deadline for quotes set for February 28, 2025. These forklifts are critical for effective logistics management during military exercises, ensuring operational readiness and safety compliance. Interested parties should direct inquiries to SSG Rob Anderson at robert.l.anderson505.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further details.
    FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hyster 155 Forklift to enhance snow removal operations at its facility in Chicopee, Massachusetts. The forklift must meet specific performance requirements, including a lift capacity of 15,500 pounds, a lift height of 15.67 feet, and a maximum travel speed of 7.5 mph, while also ensuring compliance with safety regulations and providing operator training support. This procurement is crucial for improving material handling efficiency and safety in government operations, with a delivery and installation timeline of 8 weeks from the award date. Interested vendors should contact Kyle Kalagher at kyle.kalagher.1@us.af.mil or Rosalie M. Connelly at rosalie.connelly.1@us.af.mil for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    DLA Disposition Services Letterkenny and Red River Diesel 26k Forklift Acquisition
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking to acquire two 26K diesel forklifts for use at designated locations in Pennsylvania. The procurement requires new equipment that meets specific salient characteristics, including a lifting capacity of 26,000 lbs, a diesel engine, and safety features such as an automatic reverse-activated strobe light. These forklifts are essential for logistics operations, ensuring efficient material handling and compliance with safety protocols. Interested vendors should contact Brandon Awkerman at Brandon.awkerman@dla.mil or Carren Chen at youhwei.chen@dla.mil for further details, as the contract is set aside for small businesses and will be awarded based on a Firm-Fixed Price model.
    2420-- Diesel Powered Forklift small business set aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified small businesses for the procurement of a diesel-powered forklift, specifically designated for the Jonathan M. Wainwright Medical Center in Walla Walla, WA. The forklift must meet specific performance requirements, including a capacity of 7,000 lbs at a 24” load center, a maximum fork height of 185”, and various features such as a hydraulic side shifter and solid pneumatic tires, while ensuring compliance with federal regulations regarding domestic production. This procurement is crucial for supporting the operational needs of the medical center, emphasizing the importance of reliable industrial equipment in healthcare settings. Interested vendors must submit their quotes by March 10, 2025, with questions due by February 27, 2025, and can contact Contracting Officer Nick Price at Nicholas.Price@va.gov for further information.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.