Forklift
ID: W911QX25Q0093Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals from qualified small businesses for the procurement of one Class V forklift under solicitation number W911QX25Q0093. The forklift must meet specific technical requirements, including a minimum lift capacity of 12,000 pounds, a diesel engine, and various safety features, with delivery required within eight months of contract award. This procurement is critical for supporting logistics operations at the government facility, ensuring efficient material handling capabilities. Interested parties must submit their proposals via email to the primary contact, Crystal L. Demby, at crystal.l.demby.civ@army.mil, within five business days of the posting date.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a Request for Quote (RFQ) for a small business set-aside contract focused on procuring one forklift, classified under the NAICS code 333924 for industrial machinery manufacturing. Interested small businesses are encouraged to submit proposals within five business days via email to the designated contracting officer. The procurement will initially prioritize small businesses, transitioning to full competition if no qualified bids are submitted. Offer evaluations will consider compliance with technical requirements, price competitiveness, and past performance. Delivery of the forklift is required within eight months to Aberdeen Proving Ground, MD. The document includes numerous relevant FAR and DFARS clauses, outlining contractor responsibilities and terms, including payment terms and compliance with federal regulations. The emphasis is on ensuring submissions adhere to government specifications while maintaining integrity throughout the procurement process.
    The document outlines specific provisions and clauses related to federal contracting, focusing on the representation and prohibition of certain telecommunications and video surveillance equipment as mandated by the John S. McCain National Defense Authorization Act of 2019. Offerors must declare whether they provide or utilize covered telecommunications services and equipment, detailing any pertinent disclosures needed if they respond affirmatively. The document emphasizes the necessity of utilizing unique item identification for delivered items above a specified cost and outlines the procedures for submitting payment requests through the Wide Area Workflow (WAWF). Additionally, it details the responsibilities of contractors regarding invoicing, receiving reports, and compliance with mandated regulations. Key aspects include the importance of transparency in technical submissions, adherence to government inspection and acceptance protocols, and the necessary inclusion of technical information to ensure proposals meet specifications. The overarching aim is to ensure all contracting activities align with federal regulations and maintain the integrity of operations in safeguarding national security interests.
    The document outlines a federal Request for Proposal (RFP) for the procurement of a Class V forklift, detailing its specific requirements. The forklift must have a minimum lift capacity of 12,000 pounds, a diesel engine, and a two-stage lift mast with a maximum height of 132 inches. Additional specifications include a 54-inch carriage width, 60-inch long forks, Pneumatic Shaped Solid (PSS) drive tires, a fully enclosed steel cab, and various safety features such as front and rear flood lights, warning lights, and a back-up alarm. The overall width of the forklift should be between 55 and 60 inches. The proposal must include provisions for freight and delivery, rigging services for unloading at the government site, and a one-year standard warranty from the original equipment manufacturer, valid upon acceptance of the equipment. This document is an essential part of the federal procurement process, ensuring that the government acquires equipment that meets specific operational and safety standards.
    The document outlines the requirements for a federal procurement of a Class V forklift. The specified forklift must have a lift capacity of at least 12,000 pounds and be equipped with a diesel engine, a two-stage lift mast capable of reaching a maximum height of 132 inches, and a 54-inch wide carriage. Additionally, it requires forks measuring 60 inches long, 2.5 inches thick, and 6 inches wide with a standard taper, as well as pneumatic shaped solid drive tires and a fully enclosed steel cab. The forklift should also include flood lights, warning lights, and a back-up alarm, with its total width falling between 55 and 60 inches. The procurement must cover freight and delivery, unloading rigging services, and at least a one-year warranty from the manufacturer, effective upon government acceptance at the delivery site. This request emphasizes the government's need for commercial availability of specified characteristics, ensuring compliance with minimally acceptable standards for critical equipment.
    The government issued a Sources Sought Notice to identify potential sources for acquiring one forklift, emphasizing market research rather than an immediate solicitation. The notice encourages participation from various small businesses, including those in the Small Business Community, such as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB. Interested parties must respond within five business days, confirming their capabilities against specified requirements outlined in an attached document. Respondents should provide detailed specifications, market quotes, and their business classifications as per the relevant NAICS code (333924) standard. The goal is to ensure adequate competition while considering experiences with similar contracts. The estimated delivery timeframe post-contract award is between seven to eight months, with performance expected at Aberdeen Proving Ground, MD. All responses must be submitted via email to the designated contact, Crystal Demby, by the specified deadline, with strict instructions regarding acceptable file formats.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Forklift
    Currently viewing
    Sources Sought
    Similar Opportunities
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    Sources Sought for Class-III Liquefied Petroleum Gas (LPG) Forklift
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking potential sources for the procurement of a Class-III Liquefied Petroleum Gas (LPG) Forklift to be delivered to Redstone Arsenal in Huntsville, Alabama. The forklift must meet specific requirements, including a 6,000 lbs. capacity, a maximum fork height reach of at least 10 feet, and various safety features such as headlights, mirrors, and a backup alarm. This procurement is crucial for operational efficiency at the facility, and interested parties are invited to submit white papers detailing their capabilities and product specifications by December 23, 2025. For inquiries, contact Jimmy Creech at jimmy.w.creech.civ@army.mil or call 256-842-5142.
    Forklift Picker
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified vendor to supply and deliver a Noblelift Model OP8.5 Electric Order Picker to Fort Eustis, VA, within a 45-day timeframe. The order picker must meet specific technical requirements, including operating on a 24V lithium battery, having a lift height of at least 16.4 feet, and supporting a total load capacity of no less than 850 lbs, while incorporating essential safety features such as operator presence buttons and emergency lowering switches. This equipment is crucial for efficient warehouse operations, ensuring safe and effective material handling. Interested vendors should contact Jadeane Jones at jadeane.m.jones.civ@army.mil or call 757-878-0410 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically 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. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. 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, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of the solicitation.