Warehouse Transportation Equipment
ID: 2031ZA25Q00077Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF ENGRAVING AND PRINTINGOFFICE OF THE CHIEF PROCUREMENT OFFICERWASHINGTON, DC, 20228, USA

NAICS

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

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Engraving and Printing (BEP) has issued a Request for Quotation (RFQ) for the procurement of warehouse transportation equipment, specifically for a variety of forklift and pallet truck models required for safe material handling within its Washington D.C. facility. This solicitation is open to small businesses and emphasizes that all quotations are not binding offers but requests for information. The equipment, which must meet specific technical specifications suitable for indoor use including navigation restrictions, should include maintenance services for five years post-purchase. Quotes are to be submitted by March 19, 2025, with deliveries aimed for completion within 90 days post-award. This RFQ outlines detailed requirements for the equipment, including capacity, design features, and necessary warranties. Additionally, the document elaborates on contractor responsibilities, performance assessments, delivery instructions, and security requirements, reflecting compliance with federal contracting regulations. Through this procurement process, the BEP aims to enhance operational efficiency in currency manufacturing while ensuring adherence to safety and security standards within a secure government environment.
    The document presents technical specifications related to a project from the Bureau of Engraving and Printing, part of the U.S. Department of the Treasury. It highlights the currency pallet design, specifying material treatments, structural requirements, and tolerance levels for various dimensions. Notable changes include allowing altered height requirements provided strength is maintained and revised tolerances for notch sizes. It emphasizes the necessity for the pallet’s deck areas to be smooth and free of voids to facilitate handling by palletizer suction cups. Additionally, the document stipulates that all information is considered nonpublic and confidential, prohibiting unauthorized duplication or sharing. The information serves as a guideline for contractors responding to federal RFPs within the parameters set by the Bureau, ensuring compliance with specific design and safety standards essential for successful proposals. Overall, the document outlines critical specifications necessary for procurement processes in government contracting, maintaining the integrity and security of the U.S. currency production and handling systems.
    The document outlines a technical specification adjustment issued by the Bureau of Engraving and Printing (BEP) of the U.S. Department of the Treasury, dated February 13, 2019. It details changes in tolerances for notch size and location as well as modifications to height requirements, allowing for greater flexibility provided strength criteria are met. The document lists specific dimensions and tolerances applicable to currency pallets, emphasizing the need for smooth, free surfaces in designated areas to facilitate operations by palletizer suction cups. The specifications include both numerical dimensions and illustrations, ensuring precise compliance with engineering standards. This document is part of a broader framework for federal contracting and procurement, aimed at ensuring quality control and operational efficiency in government printing tasks. It serves as critical guidance for manufacturers and contractors involved in producing currency-related products, underscoring the BEP's focus on maintaining standards for durability and functionality.
    The document pertains to specifications related to a wooden skid outlined by the U.S. Department of the Treasury's Bureau of Engraving and Printing. It includes detailed engineering drawings accompanied by material treatments, dimensions, and tolerances required for construction. The drawing indicates relevant stakeholders, namely the engineer and drafter, along with a note on the nonpublic nature of the document and the legislative stipulations on confidentiality and proprietary rights. Key details include the dimensions expressed in inches, specific tolerances for all holes, and manufacturing instructions on the treatment of materials used. The overarching purpose of this document aligns with government protocols for Requests for Proposals (RFPs) and grants, reflecting the agency's commitment to precise engineering and adherence to regulatory guidelines. It emphasizes the importance of confidentiality while maintaining robust technical specifications crucial for procurement and production processes.
    The document outlines technical specifications for a project involving the design of a small wooden skid, titled "SUBJECT WOODEN SKID - SMALL," prepared by the U.S. Department of the Treasury's Bureau of Engraving and Printing, Office of Engineering. It includes detailed engineering drawings and dimensions, emphasizing precise tolerances per ASME standards. The design specifies that dimensional measurements are in inches and outlines revision history, indicating that the document is critical for manufacturing specifications. Additionally, the document contains nonpublic information disclaimers, emphasizing confidentiality and prohibiting unauthorized disclosure. The overall purpose of this technical document aligns with governmental procurement strategies, focusing on detailed engineering requirements necessary for federal projects. Such thorough specifications are vital for ensuring compliance with quality and safety standards while executing government contracts.
    The document pertains to the design specifications for a large wooden skid, as issued by the U.S. Department of the Treasury's Bureau of Engraving and Printing. It outlines critical details such as drawing number, title, dimensions, and technical tolerances, following standards set by ASME Y14.5-2009 for interpreting dimensions and tolerances. The drawing indicates a single sheet with various specifications including scale, material treatments, and functional requirements. Legal notes emphasize the nonpublic nature of the document, prohibiting disclosure without authorization. This document is part of the Bureau's commitment to ensuring precise engineering and manufacturing practices, which is integral in the context of federal procurement processes. By establishing clear criteria, the Bureau aims to maintain compliance and enhance the quality of government projects, ensuring they meet necessary operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Key Cabinet Maintenance
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is soliciting proposals for Key Cabinet Maintenance services to support its currency production facilities in Washington, D.C., and Fort Worth, Texas. The procurement aims to secure a contractor capable of providing comprehensive maintenance for KeyPer Cabinets and associated servers, ensuring continuous operational support, including 24/7 phone assistance and emergency on-site visits within 48 hours. This initiative is critical for maintaining the security and efficiency of high-security key systems essential for government operations. Interested small businesses must submit their quotes by 10:00 AM EST on February 21, 2025, to the designated contacts, Samuel Lopez and Candace Noel, with all submissions adhering to the outlined requirements and regulations.
    Snow and Ice Removal, Bureau of Printing and Engraving - Currency Production Facility in Washington, D.C. (DCF)
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors for snow and ice removal services at its Currency Production Facility in Washington, D.C. The procurement aims to establish a Blanket Purchase Agreement (BPA) to ensure safe access to the facility by managing snow and ice removal operations, including the application of de-icing agents and timely response to weather conditions. This service is critical for maintaining operational safety and accessibility during winter weather, reflecting the government's commitment to public safety. Interested small businesses must submit their proposals electronically by February 27, 2025, and can direct inquiries to Samuel Lopez at samuel.lopez@bep.gov or Candace Noel at candace.noel@bep.gov.
    Centralized Verification Counting Machine
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors to provide Centralized Verification Area (CVA) Currency Note Counting Machines to enhance its operational capabilities. The procurement includes five large sheet counters and six industrial-level banknote counters, along with necessary training, shipping, and installation services, all adhering to stringent security and operational standards. This initiative is crucial for modernizing currency processing while ensuring compliance with federal regulations and safeguarding sensitive information. Interested parties should contact Marc Curry at marc.curry@bep.gov or call 202-874-0081 for further details, with a firm-fixed-price contract expected to be awarded following a six-month delivery timeline.
    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.
    Logistics Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking capable vendors to provide logistics services as outlined in their Sources Sought notice. The primary objective of this procurement is to facilitate the transportation, handling, inventory, and installation of government-owned assets, including office equipment and sensitive records, for the Federal Mine Safety and Health Review Commission (FMSHRC). This initiative is crucial for ensuring efficient operations while maintaining the safety and confidentiality of sensitive materials during the relocation process. Interested vendors must submit their documentation of capabilities by February 24, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    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.
    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.
    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.
    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.