Multi-Directional Fork-Lift - Holloman AFB FA480124318MM
ID: FA480124318MMType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, 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 Nov 13, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 13, 2024, 12:00 AM UTC
  3. 3
    Due Dec 19, 2024, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking to procure two multi-directional forklifts for use at Holloman Air Force Base in New Mexico. The forklifts must meet specific performance specifications, including a lifting capacity of 15,000 lbs to a height of 15.5 feet, and must include safety features such as a cabin roof, work lights, and an integrated camera system. This procurement is critical for enhancing warehousing operations and is set aside for small businesses under the Total Small Business Set-Aside program. Interested vendors must submit their proposals by November 26, 2024, and can direct inquiries to Michael Mascorro at michael.mascorro.1@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Dec 13, 2024, 6:05 PM UTC
The document is a combined synopsis/solicitation issued by the Department of the Air Force for two multi-directional forklifts required at Holloman Air Force Base in New Mexico. The solicitation number and the response deadline are included, along with contact information for the contracting officer. The procurement is set aside for small businesses, and the associated NAICS code is 333924. The specification outlines the requirement for forklifts capable of lifting 15,000 lbs to a height of 15.5 feet, with detailed performance requirements provided in an attached document. Offerors must submit a price and technical exhibit and are evaluated based on price and technical capability, with the Low Price Technically Acceptable (LPTA) selection process applying. It emphasizes that proposals must meet all technical requirements to be considered responsive and acceptable. The document details several clauses and provisions relevant to the procurement process, including requirements regarding integrity, telecommunications equipment, and contractor access to Air Force installations. This solicitation reflects the government’s structured approach to acquisition, focusing on standards for small business participation and stringent evaluation criteria.
Nov 13, 2024, 11:00 PM UTC
The Department of the Air Force is seeking quotes for the procurement of two Combilifts with specific capabilities for stacking and handling containers at Holloman Air Force Base, New Mexico. This request, designated as a combined synopsis/solicitation, requires compliance with commercial item format and is aimed at small businesses, waiving the non-manufacture rule. The Combilifts must lift up to 13'5" and handle weights between 4,000 to 15,000 lbs, facilitating container operations in confined spaces. Offerors are instructed to submit detailed quotations including a Price and Technical Exhibit that demonstrate adherence to specifications, relevant warranties, and necessary representations as mandated by federal acquisition regulations. The evaluation of quotes will prioritize price and technical capability using a Lowest Price Technically Acceptable (LPTA) approach. The document outlines clear evaluation criteria, submission requirements, and provides clauses addressing security, telecommunications, and contractor responsibilities. This solicitation underscores the Air Force’s commitment to maintaining operational efficiency through specialized equipment procurement under strict compliance with federal contracting norms. The deadline for submission is set for 12:00 MST on December 13, 2024.
Nov 22, 2024, 4:51 PM UTC
The Department of the Air Force, Headquarters 49th Wing, is soliciting quotes for two Combilift forklifts with specific lifting capabilities for Holloman Air Force Base, New Mexico. The solicitation, issued as a Request for Quote (RFQ) under the solicitation number FA480124318MM, aims to procure commercial items to assist in handling containers weighing between 4,000 lbs to 15,000 lbs, essential for warehouse operations. The procurement is set aside for small businesses, and the evaluation will focus on the lowest priced technically acceptable quotations. Offerors must provide detailed technical descriptions, pricing information, and confirm compliance with various federal regulations, including FAR clauses. The deadline for quote submission is 13 December 2024, and all questions must be submitted in writing by 12 August 2024. The selected vendor must adhere to stringent requirements regarding telecommunications equipment and integrity certifications, reflective of ongoing federal security measures. This solicitation exemplifies the government's commitment to ensuring quality procurement practices while fostering small business participation in federal contracting.
Dec 6, 2024, 4:32 PM UTC
The Department of the Air Force is issuing a Request for Quote (RFQ) for two multi-directional forklifts at Holloman Air Force Base, New Mexico. This procurement is categorized as a small business set-aside, and the deadline for submissions is set for December 13, 2024. The forklifts must meet specific operational specifications, including a maximum lift height of 13'5", a capacity to handle container weights between 4,000 and 15,000 lbs, and the ability to operate efficiently in confined warehouse spaces. Offers should include detailed technical descriptions and pricing, alongside compliance with numerous federal clauses and regulations. The evaluation criteria will primarily consider price and technical capability, with the intent to follow the Lowest Price Technically Acceptable (LPTA) approach. Interested vendors must ensure their submissions conform to the solicitation requirements and provide all necessary certifications. The document outlines clauses concerning compliance and legal standards necessary for federal contracts, including telecommunications equipment restrictions. This solicitation underscores the Air Force's commitment to efficiently modernizing its logistical operations while adhering to federal procurement standards.
Dec 13, 2024, 6:05 PM UTC
The document outlines the required specifications for a multi-directional forklift intended for warehousing operations. Key requirements include a diesel engine, lifting capacity of 15,000 lbs to a height of 15.5 feet, joystick repositioning for drive mode changes, and automotive steering to navigate confined spaces. The forklift is also mandated to have a hydraulic fork positioner with a range of 25 to 85 inches, hydraulic oil cooler for operation in high temperatures, and the ability for both forward and backward tilting. Additionally, safety features such as a cabin roof, windshield, work lights, backup alarm, seat belt, and an integrated camera system are necessary for operator safety and visibility. This document serves as a comprehensive RFP, detailing essential technical and safety standards for potential suppliers, indicating the government's focus on efficient and safe warehousing solutions within their operations.
Nov 22, 2024, 4:51 PM UTC
The document provides detailed specifications for a comblift required for government procurement, emphasizing its critical role in handling heavy containers within a confined warehouse. The comblift must have a maximum lift height of 13'5" and an operational capacity for lifting weights ranging from 4,000 lbs. to 15,000 lbs., with an overall working weight exceeding 15,400 lbs. Additional specifications outline dimensions such as a standard lift height of 178 inches and various measurements for length, width, and clearance. The machinery is required to have a maximum ground speed of 9 mph, with a gradeability of 15%, and must be equipped with a Deutz diesel engine of 74 HP. The details ensure that the equipment meets operational efficiency and safety standards necessary for effectively stacking and unstacking containers up to 12 feet high. This document is part of a government RFP process aimed at acquiring essential equipment for logistics and warehousing operations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
Material Handling Equipment
Buyer not available
The Department of Defense, specifically the 366 Contracting Squadron of the 366 Fighter Wing, is conducting market research to identify potential sources for providing material handling equipment at Mountain Home Air Force Base (AFB) in Idaho. The procurement aims to acquire two units of material handling equipment that meet specific operational requirements, including weight capacities and power specifications, to enhance the base's logistical capabilities. This initiative is part of a broader effort to explore socio-economic set-asides for small businesses, with the applicable NAICS code being 333924, which encompasses industrial truck and machinery manufacturing. Interested vendors are encouraged to submit their qualifications and capabilities to the designated points of contact, Dan Parks and Nathan Polk, by email or phone, as this announcement serves as a preliminary step toward a potential future Request for Quotes (RFQ) limited to small businesses.
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.
Extendable Boom Forklift (EBFL)
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is conducting market research for the procurement of approximately 348 Extendable Boom Forklifts (EBFLs) capable of handling heavy military pallets in diverse terrains and climates. The EBFLs must meet specific requirements, including the ability to load and unload pallets weighing up to 10,000 pounds, operate in Chemical, Biological, Radiological, and Nuclear (CBRN) environments, and be compatible with various military aircraft and transportation methods. These forklifts are essential for enhancing the Marine Corps' logistical efficiency and operational readiness, particularly for handling ammunition, cargo, and supplies in challenging conditions. Interested vendors are invited to submit their production estimates, pricing, and capabilities by May 15, 2025, with the actual Request for Proposal (RFP) anticipated in Fiscal Year 2026. For further inquiries, vendors may contact Jamie Fullinwider at jamie.fullinwider@usmc.mil or Corinne Beadle at corinne.beadle.civ@usmc.mil.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.
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.
Light Capability Rough Terrain Forklift
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking information from potential suppliers regarding the procurement of the Light Capability Rough Terrain Forklift (LCRTF). The Army aims to acquire approximately 411 units over a period of four to six years, establishing Firm Fixed Price contracts for each period, with a focus on understanding the capabilities of Original Equipment Manufacturers (OEMs) and other sources to meet specific military requirements. The LCRTF is designed to efficiently handle up to 6,000 pounds of cargo in rugged terrains without the need for outriggers, emphasizing reliability, safety, and environmental resilience in extreme conditions. Interested parties should contact Matthew Moreton at matthew.r.moreton.civ@army.mil or Bobbi Brown at bobbi.r.brown4.civ@army.mil for further details, as participation in this Sources Sought Questionnaire is voluntary and responses will be treated as proprietary information.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.