FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
ID: FA813226Q0007Type: Solicitation
AwardedJan 20, 2026
$132.4K$132,398
AwardeeSTATELINE SOLUTION LLC Romulus MI USA
Award #:FA813226P0014
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, specifically the Department of the Air Force, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation number FA813226Q0007. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast reaching between 21 to 22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This acquisition is crucial for operational efficiency at Tinker Air Force Base in Oklahoma, and it is set aside exclusively for small businesses under NAICS Code 333924. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.

    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 provided government file is empty. Therefore, I cannot identify any main topics, key ideas, or supporting details, nor can I analyze its purpose or generate a summary. Please provide a file with content to summarize.
    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.
    Similar Opportunities
    Loading similar opportunities...