CAT 930 10K ATFL
ID: F5N1CC5044A003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6606 439 CONF PKWESTOVER AFB, MA, 01022-1508, USA

NAICS

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

PSC

GROUND EFFECT VEHICLES (2305)

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 capabilities packages from small businesses to furnish a CAT 930 10K ATFL vehicle, which is essential for fulfilling military unit missions at Westover Air Reserve Base in Chicopee, Massachusetts. This procurement is exclusively reserved for small businesses under the NAICS code 333924, which pertains to the manufacturing of industrial trucks, tractors, trailers, and stacker machinery, with a clear preference for brand name products, specifically Caterpillar machinery, to ensure quality and reliability. Interested vendors are encouraged to submit their capability packages by 2:00 PM EST on March 26, 2025, to the primary contact, Kyle Kalagher, at KYLE.KALAGHER.1@US.AF.MIL, or by phone at 413-557-2137. It is important to note that this is a sources sought notice for informational purposes only, and no solicitation is currently available.

    Files
    Title
    Posted
    Westover Air Reserve Base has issued a Request for Proposal (RFP) for one CAT 930 10K ATFL vehicle, essential for fulfilling their military unit mission and operational requirements under the UFMPS UTC. This procurement is exclusively reserved for small businesses and falls under the NAICS code 333924, which covers the manufacturing of industrial trucks, tractors, trailers, and stacker machinery. The RFP specifies that only brand name products will be considered, with a clear stipulation that vendors must be able to supply Caterpillar products to qualify for consideration. The emphasis on brand name acquisition indicates a preference for established quality and reliability associated with Caterpillar machinery, making adherence to these specifications critical for potential suppliers. This procurement reflects the military's commitment to operational efficiency while supporting small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    CAT 930 10K ATFL
    Currently viewing
    Sources Sought
    Similar Opportunities
    3805--CAT 255 Track Loader
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C25226Q0142) to identify qualified businesses capable of providing a brand-name or equal CAT 255 Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires a track loader with specific features, including a minimum engine power of 74 HP, an operational weight between 8,500-10,000 lbs, high hydraulic flow of at least 30 GPM, rubber tracks, a lift capacity of 3,500 lbs, and a 66-inch bucket, along with various optional attachments. This equipment is crucial for the VA's operational needs, ensuring efficient earth moving and excavating tasks. Interested parties, particularly Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their company information, business category, capability statement, and manufacturer authorization by December 16, 2025, to Contracting Officer Jennifer Mead at Jennifer.Mead@va.gov or by phone at 414-844-4800.
    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.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    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.
    THREE STATION BASE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking potential sources for the supply of the Three Base Station, a component critical for the Assault Breacher Vehicle (ABV). This Sources Sought Notice aims to gather information from interested companies capable of manufacturing this item, which is classified under the NAICS code 336992 for Military Armored Vehicle, Tank, and Tank Component Manufacturing. Interested vendors are required to submit their company details, manufacturing capabilities, quality certifications, estimated lead times, and cost estimates by January 5, 2026, to Alexandra Stone at alexandra.stone@dla.mil. This notice is for informational purposes only and does not constitute a formal solicitation or commitment to procure.
    Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for the Simplified Acquisition of Base Engineering Requirements (SABER) at Westover Air Reserve Base in Chicopee, Massachusetts. This procurement aims to identify responsible sources for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will encompass a variety of multi-trade commercial and institutional building construction projects, including renovations and repairs, with task orders ranging from $10,000 to $750,000. The contract is particularly significant as it is intended to be a competitive 8(a) Set-Aside for eligible small businesses with a bona fide office within the designated geographical area, which includes parts of Connecticut, Massachusetts, New Hampshire, Rhode Island, Syracuse, and Vermont. Interested parties must submit their capability statements to Ewa Gosselin at ewa.gosselin@us.af.mil by the end of business on December 31, 2025, and must be registered in the System for Award Management (SAM) database prior to award consideration.
    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.
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Conventional Aircraft Tow Tractor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.