RAYMOND ORDER PICKER FORKLIFTS
ID: FA462025QA803Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, 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 Defense, specifically the Department of the Air Force, is seeking bids for the procurement of two brand-name Raymond 5500-OCP3OTT Order Picker Trucks or Toyota Model #8BPU15 8-Series Order Picker Trucks for Fairchild Air Force Base in Washington. The objective of this procurement is to enhance the efficiency and safety of warehouse operations by providing equipment that facilitates better access to high-stored materials, thereby improving logistics readiness. The contract includes specific requirements such as a triple mast, safety features, delivery to the FOB destination, setup, testing, and the provision of necessary accessories like lead-acid batteries and a stock picking cart. Interested vendors must submit their proposals by July 15, 2025, at 10:00 AM PST, and can contact Yuying Wang at yuying.wang@us.af.mil or Nicholas P. Kortis at nicholas.kortis.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document is an amendment (0001) to solicitation FA462024QA803, effective July 10, 2025, issued by the 92nd Contracting Squadron at Fairchild Air Force Base. Its primary purpose is to address contractor inquiries, update the solicitation by adding Toyota Model #8BPU15 8-Series Order Picker Truck as an acceptable brand, and extend the quote due date to July 15, 2025, at 10:00 AM PST, from the original date of July 11, 2025. The amendment provides answers to specific questions posed by contractors regarding technical specifications, including guide roller width (51 inches) and lift height limit (273 inches). It clarifies capacity expectations for the equipment under conditions of use, reinforcing the removable nature of the cart to meet weight requirements. Additionally, contractors must acknowledge receipt of this amendment by completing designated sections and returning it with their proposal. This amendment reflects standard practices for government RFPs, focusing on transparency and clarity in procurement processes, while ensuring compliance and engagement from potential contractors.
    The document outlines a single source justification for the acquisition of two brand name Raymond 5500 series order picker forklifts by the 92d Logistics Readiness Squadron at Fairchild Air Force Base. The justification emphasizes that these specific models are essential for maintaining interoperability within the existing material handling equipment infrastructure, which primarily consists of Raymond products. Utilizing these forklifts will reduce operational costs and enhance efficiency as they align with the established charging and watering stations already in use. Despite the preference for these brand names, the contracting officer has determined that future acquisitions may still allow for competition, depending on potential changes to the current MHE system. The document indicates that a market analysis supports the availability of competition among suppliers, and the acquisition will be competed as a small business set aside to ensure fair pricing. The overall intent is to streamline operations, reduce service interruption risks, and alleviate employee training costs linked to equipment handling.
    The document pertains to Amendment 001, which includes an addendum identified as Attachment 2, consisting of additional pictures relevant to a federal Request for Proposals (RFP), federal grants, or state/local RFPs. The repeated mention of "Additional Pictures" suggests that these images are crucial for illustrating project specifications, context, or requirements detailed in the RFP. Although the specific content of the pictures is not provided, their inclusion indicates the importance of visual documentation in the proposal process, likely to enhance clarity for bidders. This amendment reinforces the necessity for precise visual representation to ensure compliance with project expectations and regulatory standards in government contracting.
    The Federal Government, specifically Fairchild Air Force Base, is soliciting bids for the procurement of two brand-name Raymond 5500-OPC30TT order picker forklifts. The purpose is to enhance the efficiency and safety of the Logistics Readiness Squadron's operations, facilitating access to higher storage levels while moving base assets effectively. The specifications outline critical features such as a triple mast, varying load capacities, safety alarms, and requisite safety equipment, including harnesses and fire extinguishers. Additionally, the contract includes requirements for delivery, setup, and subsequent testing, as well as the provision of accessories such as lead-acid batteries and a stock picking cart. The solicitation emphasizes a FOB destination delivery requirement, ensuring that the contractor is responsible for transportation and installation. This initiative reflects the commitment to modernizing logistics operations at Fairchild AFB, ensuring operational efficiency while adhering to safety protocols.
    The document outlines the salient characteristics required for procuring two new Raymond/Toyota order picker forklifts for Fairchild Air Force Base, Washington, as specified in the Request for Proposal (RFP) FA462025QA803 Amend 001. The purpose of this procurement is to enhance the safety and efficiency of warehouse operations by facilitating better access to high-stored materials. Key specifications include a triple mast with various load capacities, safety features like travel alarms, lights, and an operator compartment fan, as well as necessary manuals in English. The delivery must be at the FO B destination, which includes setup, testing, and a follow-up visit. Additionally, the proposal specifies add-ons such as lead-acid batteries and a stock picking cart. This RFP is part of the federal government's initiative to ensure operational efficiency and safety across military logistics services.
    The document FA462025QA803, specifically Attachment 2: Redacted Justification and Approval (J&A), outlines the rationale behind a procurement decision made by a government agency. The main purpose is to justify sole-source contracting for specific services or goods that are critical to mission performance, which are not available from multiple vendors. Key points include the identification of the unique qualifications or capabilities of the selected contractor that render them indispensable for the task at hand. It emphasizes compliance with federal acquisition regulations and provides necessary assurances of cost-effectiveness and the absence of adequate competition. The document is structured to first present the need for procurement, followed by a summary of the market research conducted, the justification for sole-sourcing, and the anticipated benefits to the agency's operations. The summary reinforces the agency's commitment to ensuring responsible use of taxpayer funds while maintaining operational efficiency. Overall, this J&A serves as a formal record substantiating the procurement strategy, ensuring adherence to regulatory standards within the context of federal contracting processes.
    The 92d Contracting Squadron issues RFQ FA462025QA803 for two new Raymond 5500 series Order Picker Forklift Trucks, emphasizing this as a full and open requirement aimed specifically at small businesses. The solicitation outlines specific product requirements, including a 24-volt battery, charger, and delivery to Fairchild AFB, WA, with potential vendors required to register in the System for Award Management (SAM). Quotes must include complete CLIN structure and adhere to terms outlined in pertinent Federal Acquisition Regulations (FAR). The evaluation process will focus primarily on price and factors related to the quote's conformity, with a firm fixed price contract to be awarded. The possibility of government cancellation of the RFQ is acknowledged, highlighting that the government bears no obligation to reimburse costs incurred by vendors. Vendors must follow strict submission guidelines to ensure their quotes are considered, indicating the importance of thorough compliance to meet government procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    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.
    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.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.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.
    Sources Sought for Class-III Liquefied Petroleum Gas (LPG) Forklift
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking potential sources for the procurement of a Class-III Liquefied Petroleum Gas (LPG) Forklift to be delivered to Redstone Arsenal in Huntsville, Alabama. The forklift must meet specific requirements, including a 6,000 lbs. capacity, a maximum fork height reach of at least 10 feet, and various safety features such as headlights, mirrors, and a backup alarm. This procurement is crucial for operational efficiency at the facility, and interested parties are invited to submit white papers detailing their capabilities and product specifications by December 23, 2025. For inquiries, contact Jimmy Creech at jimmy.w.creech.civ@army.mil or call 256-842-5142.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific technical specifications, including dimensions, safety features, and a powered hoist, with direct delivery to Misawa Air Base expected within 45 days after receipt of order. This equipment is crucial for operational efficiency at the airbase, and the solicitation is open to all qualified vendors, with quotes due by December 17, 2025, at 10:00 AM EST. Interested parties should contact Katie Kershaw or Kade Forrester for further details and clarification.