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
    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.
    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.
    Trailer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Horizon 30ft dual axle bumper pull trailer, designated as FTZ-30. This trailer, which features a steel frame, a gross vehicle weight rating (GVWR) of 21,000 lbs, and a payload capacity of 15,455 lbs, is intended for use at Camp James Rudder, Eglin Air Force Base, Florida. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in fulfilling government contracts. Interested vendors should contact Christian Quinn at christian.j.quinn3.mil@army.mil for further details regarding the solicitation process.
    34-Ton Break-Bulk Trailers
    General Services Administration
    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.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    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.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    Forklift Mast Assembly Repair
    Dept Of Defense
    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.