36 LRS Forklift Long Term Lease
ID: FA524025Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

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 proposals for a long-term lease of six 5-ton forklifts to support operations at Andersen Air Force Base in Guam. The forklifts must meet specific USAF standards, including capabilities for outdoor use, a minimum lifting capacity of 10,000 lbs, and features such as automatic transmission and 4WD. This procurement is critical to address a current equipment shortage impacting mission demands, and the contract will include maintenance and tire replacement provisions. Interested small businesses must submit their proposals electronically by August 13, 2025, at 11:00 AM Chamorro Standard Time, and can direct inquiries to Maxim P. Gross at maxim.gross@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work outlines requirements for a long-term lease of six forklifts for Andersen AFB, Guam, starting July 25, 2025, for a one-year term. The forklifts must be capable of lifting 10,000 lbs, reaching 10 MPH, and have full tine maneuverability for outdoor use. The leasing agent is responsible for servicing or replacing equipment. The contractor is liable for damages due to negligence, while the government provides reimbursable emergency medical services. Operating hours are weekdays, excluding holidays. The contractor must provide a point of contact, ensure personnel security, comply with base traffic laws, and adhere to strict regulations regarding weapons, FOUO material, reporting, physical security, and access to controlled areas. No compensation will be provided for delays from military exercises.
    This Statement of Work outlines the requirements for leasing six forklifts for a one-year term at Andersen AFB, Guam. The forklifts must be capable of lifting 10,000 lbs, operating outdoors, driving at a minimum of 10 MPH, and have full tine maneuverability. The lease includes an option for the contractor to service or replace equipment and requires a replacement forklift within one business day if one becomes inoperable. The contractor is liable for damages due to negligence, while the government will provide emergency medical transport with reimbursement. General information covers hours of operation (0001-2359, Mon-Fri, excluding holidays and PACAF Family days) and mandates a contractor point of contact for contractual matters. Security protocols require contractor personnel to obtain proper identification, comply with base traffic laws (e.g., seatbelts, speed limits, hands-free phone use), and prohibit weapons. The contractor must also adhere to
    The document outlines mandatory clauses and provisions for federal government contracts, particularly those related to defense. Key areas covered include cybersecurity (e.g., safeguarding defense information, cyber incident reporting, NIST SP 800-171 compliance), supply chain security (e.g., prohibitions on certain telecommunications equipment and products from specific regions), and ethical conduct (e.g., whistleblower rights, compensation of former DoD officials). It also details payment instructions via Wide Area WorkFlow (WAWF), offer evaluation criteria for commercial products and services, and extensive offeror representations and certifications concerning business size, ownership, foreign trade agreements, tax liabilities, and human rights (e.g., child labor, Sudan business operations, Iran sanctions). The document emphasizes compliance with various regulations, including the Buy American Act and the Federal Acquisition Supply Chain Security Act (FASCSA), and outlines procedures for handling single offers and antiterrorism measures for overseas contractors.
    The Department of the Air Force, Headquarters 36th Wing (PACAF) Andersen Air Force Base Guam, has issued a Request for Quotes (RFQ) FA524025Q0039 for a 12-month long-term lease of six 10K/5-ton standard forklifts, including transport services. This 100% Small Business Set-Aside solicitation, with a NAICS code of 532490, requires responses by August 13, 2025, at 11:00 AM Chamorro Standard Time (ChST). The award will be a Firm Fixed Price (FFP) contract based on a
    The U.S. Air Force is seeking a contractor for a first-time long-term lease of six 5-ton forklifts to address a current shortage impacting mission demands. The forklifts must meet USAF standard specifications, be either diesel or gas-powered, equipped with automatic transmission, 4WD, and off-road capability, and have a minimum mast height of 16 feet with a 24-inch load center. Key requirements include corrosion protection and tropicalization or air conditioning, as they will be used strictly outdoors. Proposals must be submitted electronically, and the contract should include maintenance and tire replacement. Chinese manufacturers are excluded, and Tier 4 Final engine compliance or EPA certifications are not required.
    This Statement of Work pertains to the long-term lease of six forklifts for the 36th Logistics Readiness Squadron (LRS) at Andersen Air Force Base, Guam, effective for one year starting from July 25, 2025. The required forklifts must have a lifting capacity of 10,000 lbs, outdoor capability, and a minimum driving speed of 10 MPH. The contractor is responsible for equipment maintenance and replacement if issues occur. Key operational details include a 24-hour work schedule from Monday to Friday, a designated point of contact for immediate communication, and adherence to security protocols, such as obtaining necessary identification and complying with traffic laws. All personnel must follow base regulations regarding safety, weapons, and reporting requirements for security threats. The government will provide emergency medical services, with the contractor expected to reimburse for costs incurred. The document emphasizes the importance of safeguarding government property and outlines procedures for accessing controlled areas, as well as clarifications on compensation regarding military exercises. Overall, this RFP aims to establish clear guidelines for the procurement and operation of the forklifts while ensuring compliance with security and operational protocols at a military installation.
    The document outlines the clauses incorporated by reference and full text clauses associated with federal procurement processes, particularly concerning the acquisition of goods and services by the Department of Defense. It details various requirements, such as compliance with safeguarding military information, contractor representations regarding qualifications, labor laws, and prohibitions on sourcing from specific regions known for human rights abuses. Notably, it includes stipulations related to the Federal Acquisition Supply Chain Security Act, emphasizing the contractor's duty to avoid using covered articles or services from prohibited sources. The clauses also address certification and reporting obligations, especially in relation to small businesses and their compliance with various Federal regulations. The document serves as a crucial guide for contractors responding to Requests for Proposals (RFPs) or applying for federal grants, aiming to ensure adherence to legal and ethical standards in government contracts.
    The Department of the Air Force's 36th Wing is issuing a combined synopsis/solicitation for a Request for Quotes (RFQ) under Solicitation Number FA524025Q0039, focusing on a long-term lease for six 10K/5Ton standard forklifts at Andersen Air Force Base, Guam. The project is exclusively set aside for small businesses, with a total contract cost including a transport fee for delivery and pickup. The solicitation is conducted under simplified acquisition procedures, and quotes must be submitted electronically by 13 August 2025. Vendors will be evaluated based on technical specifications and price, with an emphasis on delivering best value rather than the lowest price. Offerors must meet all requirements outlined in a Statement of Work (SOW) and provide detailed vendor information and pricing. The document states that late submissions will not be accepted and sets clear guidelines for quote preparation and submission, underscoring the necessity for compliance to foster a smooth procurement process. All firms must be registered in the System for Award Management (SAM) to be considered eligible for the contract. The memo concludes with contact information for inquiries and emphasizes adherence to submission deadlines and procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    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.
    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.
    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.
    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.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    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.
    Lower Lobe Loader with Maintenance options
    Buyer not available
    The Department of Defense, specifically the 379th Contracting Squadron at Al Udeid Air Base in Qatar, is seeking vendors for the procurement of a Lower Lobe Loader, also known as an Aircraft Cargo Loader, along with bi-annual maintenance options. The loader must meet specific requirements, including compatibility with Boeing 747 and 777 lower lobe compartments, a minimum lifting capacity of 7 tons, and a diesel engine, among other salient characteristics outlined in the associated documentation. This equipment is crucial for efficient cargo handling operations at the airbase. Interested vendors are encouraged to submit their capability statements and responses to specific inquiries by December 3, 2025, to TSgt Heather Ricks at heather.ricks.1@us.af.mil or by phone at 318-455-4570.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is soliciting bids for the procurement of two 36-meter aerial platforms for NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, with a minimum loading capacity of 450 kg, and must comply with specific dimensions and safety standards. These aerial platforms are crucial for various operational tasks within the naval facilities, ensuring efficient and safe access to elevated work areas. Interested contractors must submit their offers by December 23, 2025, at 2:00 PM Japan Standard Time, and are required to acknowledge the amendment to the solicitation. For further inquiries, potential bidders can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or by phone at 81468161643.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.