2000KG Forklift Delivered to DLA Disposition Services Kaiserslautern Germany
ID: SP451025Q1016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

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

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of a 2,000 kg electric forklift to be delivered to its Disposition Services site in Kaiserslautern, Germany. The contractor is required to provide a forklift that meets specific characteristics, including a lifting capacity of 2,000 kg, an electric engine, and various safety features, with delivery expected within six months of the task order. This equipment is crucial for the effective management and disposal of excess Department of Defense property through various methods such as reutilization and sale. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and all inquiries should be directed to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Defense Logistics Agency (DLA) Disposition Services (DS) outlines the requirements for procuring a new 2,000 kg electric forklift for the Kaiserslautern, Germany site. This contract aims to assist in the disposal of excess Department of Defense (DoD) property through various methods like reutilization, transfer, donation, sale, or disposal. The contract specifies that the contractor must deliver a new forklift with detailed characteristics, including a 2,000 kg lifting capacity, electric engine, and various safety features, within six months of receiving the task order. Additionally, the contractor is responsible for unloading, assembling, and inspecting the forklift upon delivery, ensuring operational status within ten business days. Spill responsibility lies solely with the contractor, who must report and clean any spills in compliance with regulations. Invoicing will occur through the DoD's Wide Area Workflow (WAWF) system. Overall, the SOW clearly establishes the expectations and responsibilities related to the procurement and delivery of the forklift, aligning with DLA’s mission to manage DoD inventory effectively.
    The provided document outlines a price schedule for a Request for Proposal (RFP) concerning the procurement of a 4K electric forklift for use in Kaiserslautern. The schedule includes a single line item (CLIN 0001) representing one electric forklift, with a quantity of one and an estimated price set at zero dollars. Notably, the base period total for this procurement is also documented as zero dollars. The document's structure is straightforward, focusing on the key aspects of the pricing and quantity without additional details on specifications or justification for the cost. This summary reflects the preliminary stage of a federal procurement process, where clarity in pricing and item specification is essential for subsequent evaluation and decision-making related to the acquisition of necessary equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10K Telehandlers for DLA Disposition Services Bahrain and Qatar
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to supply 10K Telehandlers for its Disposition Services located in Bahrain and Qatar. The procurement requires new telehandlers that meet specific performance criteria, including a Tier III diesel engine and a lifting capacity between 9,500 to 10,500 lbs, along with essential safety features. This equipment is crucial for the efficient management of excess Department of Defense property and logistics operations in overseas locations. Interested vendors must submit their offers by the extended deadline of February 24, 2025, at 2:00 PM EST, and can contact Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421 for further information.
    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.
    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 Westover Air Reserve Base 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 features such as a load-sensing hydraulic system and safety equipment, all aimed at improving material handling efficiency and operator productivity. This procurement is critical for ensuring operational efficiency and safety in government material handling tasks, with a delivery and installation timeline of eight weeks post-award. 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 to submit proposals, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria.
    2ABCT, 1ID 8K Forklift Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of two outdoor 8K forklifts to support the 2nd Armored Brigade Combat Team at Fort Riley, Kansas. The procurement requires forklifts with a minimum lifting capacity of 8,000 lbs, along with maintenance services, equipment repairs, and operator training for up to 10 personnel, adhering to FAR PART 12 and 13 for commercial items and simplified acquisition procedures. This equipment is crucial for enhancing operational efficiency in military logistics and ensuring the brigade's capability to manage heavy loads effectively. Interested vendors must submit their quotes by February 27, 2025, and ensure they are registered in the System for Award Management (SAM) with the appropriate NAICS code (532490). For further inquiries, vendors can contact Phyllis M. Senn at phyllis.m.senn.civ@army.mil or Benjamin Neterer at benjamin.j.neterer.mil@army.mil.
    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.
    1SBCT KRF MHE Outload
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of material handling equipment, including forklifts, for the 1st Stryker Brigade Combat Team (1SBCT) at Fort Carson, Colorado. The contractor will be required to supply a total of ten forklifts, including two 4K indoor warehouse style, four 12K diesel-powered, and four 36K diesel-powered units, fully operational and fueled for immediate use between March 10 and May 5, 2025. This procurement is crucial for ensuring operational readiness and efficiency in military logistics, with a strong emphasis on quality control, emergency service response, and compliance with security regulations. Interested parties should contact Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details regarding the proposal submission process.
    39--TRUCK,HAND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the procurement of hand trucks under the solicitation titled "39--TRUCK,HAND." This opportunity involves the manufacturing and supply of industrial trucks, tractors, trailers, and stacker machinery, categorized under NAICS code 333924 and PSC code 39, which are essential for materials handling operations within military logistics. Interested vendors can find further details and submit inquiries via email to the designated buyer at DibbsBSM@dla.mil, with the solicitation document available through the DLA's DIBBS portal. Specific deadlines and funding amounts have not been disclosed in the overview.
    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.
    Generator, Engine Accessory
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the supply of generators as part of contract SPRDL1-25-R-0015, aimed at enhancing the operational capabilities of the Department of Defense. This procurement requires vendors to meet specific delivery and performance specifications, including compliance with a Technical Data Package (TDP) and higher-level quality standards such as ISO certifications. The generators are critical components for various military applications, ensuring reliable power supply in diverse operational environments. Interested contractors should submit their electronic proposals, adhering to the guidelines outlined in the solicitation, and can contact Jon Machacek at jon.machacek@dla.mil or 586-467-1179 for further information.
    Vertical Lift Module Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking proposals for Vertical Lift Module (VLM) Maintenance Support Services at its facility in Corpus Christi, Texas. The procurement aims to secure comprehensive maintenance and repair services for Modula VLM automated storage and retrieval systems, ensuring their operational availability through preventive and corrective maintenance. This initiative is critical for maintaining the efficiency and reliability of logistics operations within the defense sector. Interested vendors must submit their quotations by 10:00 AM EST on March 14, 2025, and should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or 717-770-8774 for further information. The total estimated funding for this contract is $50,000, covering a base year and four option years.