FORKLIFT PARTS
ID: N0040625Q0415Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, 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
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified small businesses to provide LiftKing forklift parts under a firm fixed-price supply contract. This procurement is set aside for small businesses that are authorized distributors or resellers of the LiftKing brand, emphasizing compliance with government procurement regulations and the necessity for registration with the System for Award Management (SAM). The contract is crucial for maintaining operational efficiency within the Navy's logistics framework, ensuring the availability of essential equipment. Interested parties must submit their quotations by April 18, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
Apr 10, 2025, 6:06 PM UTC
The document is a Request for Quote (RFQ) for the procurement of LiftKing forklift parts, specifically set aside for small businesses that are authorized distributors or resellers of the brand. The solicitation, issued by NAVSUP Fleet Logistics Center, Puget Sound, outlines the acquisition schedule, submission requirements, and evaluation criteria for potential bidders, emphasizing that all quotations must adhere fully to the terms and specifications provided. The deadline for submitting offers is April 18, 2025. It stipulates that questions about the solicitation must be submitted via email two days before the closing date. The government aims to award a firm, fixed-price contract based on best value, considering price, delivery, and past performance. Furthermore, the document specifies that all offers must include evidence of authorization from LiftKing and compliance with the Government's procurement regulations and requirements, including registration with the System for Award Management (SAM). In essence, the RFQ serves as a formal solicitation for necessary forklift parts, ensuring compliance, transparency, and support for small business participation in federal contracting opportunities.
Lifecycle
Title
Type
FORKLIFT PARTS
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
LIFTING SYSTEM SOURCES SOUGHT
Buyer not available
The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting a sources sought notice to identify potential suppliers for a Synchronous Lifting System, which includes specific components such as pumps, stroke sensors, pressure sensors, control panels, and cables compatible with existing hydraulic jacks. This procurement aims to enhance operational capabilities by acquiring a system that meets the technical specifications necessary for effective lifting operations. The information gathered will assist in determining the procurement method, with responses due by 08:00 a.m. PST on April 28, 2025. Interested parties should submit their capability statements and inquiries directly to Naomi Larson at naomi.larson@dla.mil.
CONUS 36k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 36K Diesel Forklifts through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period and two option periods. The procurement aims to support the disposal of excess Department of Defense (DoD) property across the Continental United States (CONUS), requiring forklifts with a lifting capacity of 36,000 lbs, safety features, and enclosed cabs, along with potential familiarization training. Interested contractors must submit their quotes by May 8, 2025, at 3:00 PM Eastern Time, and are encouraged to direct any questions to the primary contact, James Isola, at James.Isola@dla.mil. The contract is set aside for small businesses under NAICS code 333924, with a focus on ensuring compliance with all applicable regulations and guidelines.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 6,000-pound capacity forklifts for use within the Continental United States (CONUS). The procurement includes various models, such as diesel and propane forklifts, with specific requirements for lifting capabilities, safety features, and operational controls, as outlined in the updated Statement of Work. This contract is crucial for supporting the DLA's mission to manage surplus Department of Defense property effectively, ensuring that the necessary equipment is available for operational needs. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 30, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
39--CARRIAGE,FORKLIFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a carriage for forklifts, identified by NSN 3930016784171. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of sourcing from small businesses in the Motor Vehicle Transmission and Power Train Parts Manufacturing industry. The items must conform to specific source-controlled drawings and military specifications, ensuring they meet the required standards for military applications. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the primary contact at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
BRAND NAME OEM SHOELLHORN-ALBRECHT MACHINE CO. - ACCOMODATION LADDERS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed-price supply contract to provide accommodation ladders from the brand name Shoellhorn-Albrecht Machine Co. This procurement is essential for supporting the Military Sealift Command (MSC) and will utilize FAR Part 12 and 13 procedures. The solicitation is anticipated to be posted around April 23, 2025, with a closing date expected on or about April 28, 2025. Interested parties must register on the SAM.gov website and direct any inquiries to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil, as no hard-copy documents will be distributed.
AMERDRIVES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals from qualified small businesses for a firm fixed-price supply contract titled "AMERDRIVES." This procurement involves the supply of specific Ameridrives products essential for compatibility with existing military systems, particularly for the Puget Sound Naval Shipyard. The solicitation is set aside entirely for small businesses and emphasizes compliance with stringent quality assurance and security regulations, reflecting the importance of these components in maintaining operational efficiency. Interested vendors must submit their quotes and ensure current registration in the System for Award Management (SAM.gov) by the specified deadlines, with all inquiries directed to Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075.
39--ENERPAC HYDRAULIC JACKING SYSTEM
Buyer not available
Presolicitation DEPT OF DEFENSE is planning to procure an ENERPAC HYDRAULIC JACKING SYSTEM KIT. This kit is typically used for lifting heavy objects or equipment in maritime operations. The procurement will be a firm fixed price supply contract for delivery to Puget Sound Naval Shipyard in Bremerton, WA. The RFQ is estimated to be issued on January 26, 2017, and will be electronically posted on the NECO website. All responsible sources may submit a quotation. Interested offerors must complete pricing, representations and certifications, provide manufacturer information, and ensure current registration in the System for Award Management (SAM).
Travis AFB Raymond Order Picker Forklifts (Brand Name Only)
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of Raymond Order Picker Forklifts under a Firm Fixed Price contract. The requirement includes the provision of two specific forklifts, a wire guidance system, battery systems, and installation materials, all of which are essential for enhancing operational capabilities at the base. This opportunity is set aside for 100% small businesses, specifically targeting SBA Certified Women-Owned Small Businesses (WOSB), and emphasizes compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotes by April 30, 2025, at noon PST, and can direct inquiries to SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Marcus Thomas at marcus.thomas.20@us.af.mil.
Swagelok Products
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to procure Swagelok products for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) in Bremerton, Washington. This procurement is designated as a 100% Small Business set-aside and will follow FAR Part 12 and 13 procedures, with the expectation of awarding a commercial, Firm Fixed-price Supply contract. Swagelok products are critical components in industrial valve manufacturing, specifically categorized under nonpowered valves, which play a vital role in various naval applications. Interested vendors must ensure they are registered in the System Award Management (SAM) database prior to submitting their offers, with the solicitation expected to be posted on sam.gov around early May 2025. For further inquiries, vendors can contact Andrew Smith at andrew.r.smith7.civ@us.navy.mil or Edwin Baldoria at edwin.m.baldoria.civ@us.navy.mil.
JLG STYLE BOOM LIFT
Buyer not available
The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the procurement of a JLG style boom lift, which is required for operations in Romania. This procurement falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J998 for non-nuclear ship repair. The boom lift is essential for enhancing operational capabilities and maintenance tasks within naval facilities. Interested vendors can reach out to Juan Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.