Forklift and Flatbed Rental
ID: FA461025Q0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

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

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

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 proposals for the rental of forklifts and a flatbed trailer to support the Booster Test Program at Vandenberg Space Force Base in California. The procurement requires two industrial-type forklifts with capacities of either 25K or 36K and a 38 or 40-foot flatbed trailer, all of which must meet specific operational and safety standards. This equipment is crucial for transporting and handling materials necessary for the program, which runs from April 2022 to November 2026. Interested vendors should note that the submission deadline for proposals has been extended to April 22, 2025, at 1400 PT, and must acknowledge the amendment to the solicitation. For further inquiries, contact Shelby Cordts at shelby.cordts@spaceforce.mil or Jake Hluska at james.hluska@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract focused on the rental of commercial products and services, specifically for two forklifts and one flatbed trailer to support the Booster Test Program at Vandenberg Space Force Base, California. The requisition, identified by number FA461025Q0025, highlights the requirement for specific forklift specifications, including size and safety features, as well as a 40-foot flatbed trailer with necessary equipment and safety features for transport tasks. The contract is set for a duration of 12 months, spanning from April 15, 2025, to April 14, 2026, and carries a total award amount of $40 million. Key administrative instructions include the electronic submission of invoices through the Wide Area Workflow, adherence to several Federal Acquisition Regulation (FAR) clauses, and provisions for small business participation considerations, including those for disadvantaged business groups. Overall, this solicitation aims to procure essential equipment while promoting opportunities for women-owned and economically disadvantaged businesses in government contracting.
    This document outlines an amendment to a federal solicitation, specifically addressing updates to the Statement of Work (SOW) concerning the maintenance of rental equipment under contract FA461025Q0025. Key changes include extending the submission deadline for offers to April 22, 2025, at 1400 PST and revising the performance period for two line items from April 15, 2025, to April 14, 2026, to instead span May 2, 2025, to May 1, 2026. Additionally, the North American Industry Classification System (NAICS) code was updated to 532490. The document instructs that offers must acknowledge receipt of the amendment and clarifies the protocols for making changes to previously submitted offers. The overall purpose of this amendment is to ensure clarity and compliance with the updated terms while allowing for the continued engagement of contractors in the procurement process. This fits within the broader context of government Requests for Proposals (RFPs) and emphasizes the importance of formal procedures in federal contracting.
    The statement of work (SOW) outlines the requirements for the rental of two forklifts and a flatbed trailer to support the Booster Test Program at Vandenberg Space Force Base. The program, which began in April 2022 and will continue until November 2026, requires the expertise of a vendor to provide two forklifts with a capacity of either 25K or 36K pounds and one flatbed trailer measuring 38 or 40 feet in length. The forklifts must have specific tines sizes and safety features, while the trailer must be equipped for transporting equipment effectively. Key responsibilities of the vendor include inspection, maintenance, and delivery of the equipment to designated areas, with a stipulated delivery deadline of March 24, 2024. The vendor must also comply with all relevant regulations. Points of contact for the contract are provided for both customer representative and invoice review. This SOW reflects the federal procurement process, emphasizing operational requirements and regulations essential for successful program logistics at a military installation.
    The Statement of Work outlines requirements for Vandenberg Space Force Base's Booster Test Program, which aims to develop a new booster configuration from April 2022 to November 2026. The program necessitates the rental of two 25K or 36K forklifts and one 38 or 40-foot flatbed trailer to facilitate transportation of equipment. Key obligations for the vendor include supplying the specified forklifts equipped with appropriate tines for lifting, transporting equipment between designated locations, and ensuring all equipment complies with regulatory standards. Deliveries must occur before April 15, 2025, with operational rentals remaining until the mission's demands are met. The document emphasizes the need for vendors to understand and adhere to applicable legal regulations. Contact information for the customer representative and invoice reviewer is provided, ensuring direct lines for communication and oversight. This statement establishes a clear framework for procurement within government contracting processes, focusing on logistical support for critical testing operations.
    The Statement of Work outlines the requirements for the rental of equipment to support the Booster Test Program at Vandenberg Space Force Base, which runs from April 2022 to November 2026. The program necessitates two Industrial Type forklifts (25K or 36K capacity) and a 38 or 40-foot flatbed trailer for transporting equipment. The forklifts must meet specific dimensions and be equipped with a rubber anti-static strap. Their operation includes lifting and moving equipment, while the flatbed trailer must be capable of transporting equipment between designated locations. Vendors are responsible for inspecting and maintaining all equipment before delivery, troubleshooting any faulty equipment within specified timeframes, and removing equipment once its use is concluded. Compliance with all applicable laws and regulations is essential. Equipment delivery is expected within 10 days of contract award via a designated gate. The document provides contact information for key representatives involved in the procurement process, ensuring clear lines of communication throughout the contract duration.
    Lifecycle
    Title
    Type
    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.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Fourth Gen Rocket Motor Semitrailer (RMS4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Fourth Gen Rocket Motor Semitrailer (RMS4) program, aimed at developing a replacement for existing rocket motor transportation systems. The procurement is focused on addressing parts obsolescence and ensuring the continued support of the Minuteman III Intercontinental Ballistic Missile system, which requires a new design and Technical Data Package to enhance the fleet's operational capabilities. Interested parties are encouraged to participate in an Industry Day at Hill Air Force Base on December 17, 2025, and must submit visitor information by December 10, 2025, to gain access. Responses to the Sources Sought notice should be directed to Torrey Boggs and Kyle Andersen via email, with a white-paper capability statement due by the specified deadlines.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    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.
    Sources Sought: 32-Bin Straddle Trailer
    Buyer not available
    The Department of Defense, specifically the Army, is seeking sources for the procurement of one (1) thirty-two (32) Bin Straddle Trailer, with specific requirements outlined in the attached documents. The trailer, identified by part number ARSTMTD32, must include features such as air-ride suspension, anti-lock brakes, aluminum wheels, and a minimum one-year factory warranty, with delivery required by September 30, 2026, to the Tooele Army Depot in Utah. This procurement is critical for ensuring safe and compliant transport of ammunition within military logistics, and interested vendors are encouraged to provide stock availability, delivery lead time, and company information to the primary contact, Troy Weiman, at troy.m.weiman.civ@army.mil, or the secondary contact, Megan Frost, at megan.k.frost2.civ@army.mil.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    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.