FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
ID: FA813226Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, 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, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation #FA813226Q0007. The requirements specify a forklift capable of lifting at least 1,000 lbs to a height of 21-22 feet, with a maximum width of 54 inches and operational features including 40-inch forks, an amber strobe light, and passive fall protection. This equipment is crucial for efficient warehouse operations, and the contract is set aside exclusively for small businesses under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST, and must remain valid for 90 days; interested parties should contact Margaret King at margaret.king.1@us.af.mil or 405-736-2456 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's Headquarters Air Force Sustainment Center (AFMC) at Tinker Air Force Base, Oklahoma, issued a memorandum on October 8, 2025, detailing a request for the purchase of a P25-078 Forklift. The 76th PMXG /547th squadron is seeking to utilize funds for this acquisition. The required specifications for the forklift include a Raymond 9000 series #9600-CSR30T or equivalent, with a capacity of at least 1000 lbs at 21 feet, a mast reaching 21-22 feet, and a maximum width of 54 inches. Additional requirements include 40-inch forks that can lower to not less than 3 inches from the floor, an amber strobe light, front and rear work lights, passive fall protection (e.g., guard rail/seatbelt, full enclosure), and operation, parts, and maintenance manuals. Shipping costs must be included in the quote. The point of contact for this request is Brett Stroud at (405) 736-2360 or brett.stroud.1@us.af.mil.
    The document, FA813226Q0007, outlines clarification questions for a forklift procurement, likely for a federal government Request for Proposal (RFP). It details specific operational and technical requirements for a turret truck. Key information includes a maximum aisle width of 56 inches, with the same constraint for rack beam spacing, and a top shelf height of 22 feet. The facility does not use wire guidance. Electrical requirements, battery types, and charger specifications are equipment-specific. The forklift is expected to operate 2-4 hours per day for one shift. The document also confirms that the unit will not run on rail or wire guidance, focusing on precise measurements and operational conditions for the proposed equipment.
    The Air Force Sustainment Center at Tinker AFB, Oklahoma, has issued solicitation #FA813226Q0007 for a Firm Fixed Price (FFP) contract to procure a Raymond 9600 SA-CSR30T FORKLIFT or an equivalent. This acquisition is a 100% Small Business Set-aside under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST and must remain valid for 90 days. Award will be based on technical acceptability and the lowest total evaluated price. All offerors must be registered in the System for Award Management (SAM) prior to quoting, with shipping designated as FOB Destination to Tinker AFB, OK. Payment terms are Net 30, with invoices submitted via Wide Area Workflow (WAWF). The solicitation includes detailed instructions for offerors, evaluation criteria focusing on technical approach and price realism, and a comprehensive list of applicable FAR, DFARS, and DAFFARS clauses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    11K FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an 11K CAB Forklift equipped with foam-filled tires, hydraulic adjustable forks, and heating and air conditioning capabilities. This procurement includes a requirement for the trade-in of a Sellick forklift with 429.2 hours on the dash, emphasizing the need for a reliable material handling solution. The forklift will be utilized for various logistical operations at Fort Riley, KS, highlighting its importance in supporting military readiness and efficiency. Interested small businesses are encouraged to reach out to Jevon Schroeder at jevon.k.schroeder2.civ@army.mil or call 1-520-945-4524 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    Counterbalance Walkie Stackers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified vendors to supply two Counterbalance Walkie Stackers with Chargers for Tinker Air Force Base in Oklahoma. The stackers must meet specific requirements, including a minimum height of 169 inches, a raised height of 188 inches, and a weight capacity of 3,500 lbs, along with features such as a 3-stage, full free lift mast and a self-propelled design powered by 24V/270AH batteries. These stackers are crucial for efficient material handling operations within the logistics complex, emphasizing a counterbalance design without outriggers for stability. Interested vendors, particularly Women-Owned Small Businesses, should refer to solicitation FA812526Q0014 for detailed instructions and requirements, and may contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Forklift Mast Assembly Repair
    Buyer not available
    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.
    Brand Name, Genie model # GS- 4069DC Scissor Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of one (1) Brand Name Genie model GS-4069DC Scissor Lift for the Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee. The scissor lift must meet specific technical specifications, including a platform height of 40 feet, an 800 lb capacity, and various dimensional and performance criteria as outlined in the attached specifications document. This equipment is crucial for operations at the National Full Scale Aerodynamics Complex (NFAC) in Moffett Field, California, and the government anticipates a firm-fixed price contract for this purchase. Interested parties should submit their responses, including company information and capability packages, by 1:00 PM Central Time on December 5, 2025, via email to Paytonne Szatkowski and Bethany Hill.
    Production Support: Forklift Drivers
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support services, including forklift drivers, under a Firm-Fixed-Price contract. The procurement is focused on shipbuilding and repairing services, which are critical for maintaining naval capabilities and operational readiness. The solicitation is anticipated to be posted on December 5, 2025, with a closing date of December 18, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil.
    25--CAB,TRUCK LIFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two truck lift cabs, identified by NSN 2510016167872. This solicitation is a total small business set-aside and aims to acquire vehicular equipment components essential for military operations. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Rental of JLG Manlifts (Brand Name Required)
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of five JLG brand manlifts, specifically three 600AJ and two 600S models. This procurement is essential for supporting submarine overhaul operations at the shipyard, emphasizing the need for brand-name equipment to meet specific operational requirements. Interested vendors must submit their quotes by December 12, 2025, at 3:00 PM EST, ensuring compliance with all technical specifications and operational security requirements outlined in the solicitation documents. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Habco Air Flow/Pressure Test Kits – P/N 1093007
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking to procure three Habco Air Flow/Pressure Test Kits, Part Number 1093007, through a Firm Fixed Price purchase order. This acquisition is critical for aircraft maintenance and repair, ensuring the operational readiness of Air Force equipment. Interested vendors must submit their quotations by December 3, 2025, at 12:00 PM CST, via email to Annita Wooten at annita.wooten@us.af.mil, and must be registered in the System for Award Management (SAM). The procurement is set aside for small businesses, and the government intends to award the contract without interchanges, although it reserves the right to conduct them if necessary.