Fort Cavazos Material Handling Equipment (MHE) Redeployment
ID: W91151-25-Q-0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT CAVAZOSFORT CAVAZOS, TX, 76544-0000, USA

NAICS

General Freight Trucking, Local (484110)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide Material Handling Equipment (MHE) Redeployment services at Fort Cavazos, Texas. The procurement involves supplying six 36K forklifts, ten flatbed trucks, one 200-ton crane, and operators for these vehicles, with operations scheduled from April 21, 2025, to May 15, 2025. This contract is critical for the efficient handling and transportation of military equipment during redeployment operations, ensuring compliance with safety and operational standards. Interested contractors must submit their quotes by April 11, 2025, and can direct inquiries to Nelva March at nelva.l.march.civ@army.mil or Darnyell C Parker at darnyell.c.parker.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
The document outlines solicitation W91151-25-Q-0023 for Material Handling Equipment (MHE) Redeployment Services at Fort Cavazos, TX, structured as a Firm-Fixed-Price IDIQ Single Award Contract. This solicitation targets small businesses and requires services including delivering and setting up various MHE, operator training, and equipment maintenance. The Government guarantees a minimum order value of $100,000, with contractors needing to provide detailed quotations covering equipment such as all-terrain forklifts, cranes, and flatbed trucks. The contract emphasizes compliance with safety regulations and mandates that any work quality adhere to the established Performance Work Statement (PWS). Offers will be evaluated based on technical capability, delivery schedule, and price, with a bidding deadline set for April 11, 2025. The contract also includes provisions for option extensions for up to six months. Overall, this solicitation reinforces the importance of efficient material handling in military logistics while supporting small business participation.
Apr 10, 2025, 7:05 PM UTC
This document is a combined synopsis/solicitation for Material Handling Equipment (MHE) Services at Fort Cavazos, TX, under solicitation number W91151-25-Q-0023. The U.S. Army intends to award a Firm-Fixed-Price contract solely to small businesses, per the Total Small Business Set-Aside policy. The contract will be for providing equipment and operators, including six 36K forklifts, ten flatbed trucks, and a 200-ton crane, over a performance period from April 21, 2025, to May 15, 2025. The contractor is responsible for ensuring operational readiness, safety compliance, and quality control of all equipment used in military logistics during redeployment operations. The document outlines the specific requirements for the equipment, operational procedures, and safety regulations that the contractor must adhere to. It also refers to the necessary qualifications and compliance standards that must be met throughout the contract duration. Quotes must be submitted by April 3, 2025, and the solicitation allows for optional extensions of up to 30 days. This procurement emphasizes safety, timely service, and the effective transport of military equipment, in alignment with federal contracting standards and regulations.
Apr 10, 2025, 7:05 PM UTC
The document is a combined synopsis and solicitation (W91151-25-Q-0023) for a Firm-Fixed-Price contract for Material Handling Equipment (MHE) services at Fort Cavazos, Texas. The solicitation seeks quotes exclusively from small businesses, reflecting a Total Small Business Set-Aside acquisition. The requirement includes the provision of specialized equipment and operators for tasks associated with redeploying military materials, scheduled from April 21, 2025, to May 15, 2025. Key elements include supplying six 36K forklifts, ten flatbed trucks with operators, and one 200-ton crane, alongside optional weekend work. Contractors must adhere to various federal regulations, ensure safety compliance, and submit detailed quotations that acknowledge all requirements and amendments. Additionally, a Quality Control Plan (QCP) is mandated to maintain service quality and compliance with contract standards. The document emphasizes efficient logistical support for the 1st Air Cavalry Brigade and specifies operational capacity and safety standards throughout the contract's duration. The solicitation aims to ensure effective management of military equipment handling, vital for operations at Fort Cavazos.
Apr 10, 2025, 7:05 PM UTC
The document addresses industry questions regarding the solicitation W9115125Q0023 for freight services at Fort Cavazos. It emphasizes that all vendors must comply with state and federal transportation regulations, including possessing necessary Department of Transportation (DOT) licenses. The solicitation outlines transportation of standard loads rather than oversized, with specific operational details such as approximately four 15–20-mile roundtrips per day. Clarity is also sought on equipment specifications and loading/unloading locations, with general equipment descriptions provided in an attachment. Regarding service rates, it is clarified that weekend work is not authorized, and the solicitation details have been amended to reconcile discrepancies between fixed-price quotes and a 30-day Indefinite Delivery Indefinite Quantity (IDIQ) contract. The document also answers queries about invoice processing under the Wide Area Workflow (WAWF), stating that W9115125Q0023 has not been awarded yet but will include WAWF information post-contract award. Overall, the communication serves to clarify contractual expectations and procedural requirements for potential offerors in response to their inquiries.
Apr 10, 2025, 7:05 PM UTC
This document, "Industry Questions and Answers #2," addresses inquiries related to a federal contract involving the provision of lift vehicles, including various forklifts and a 100-ton crane, at Ft. Hood. Key points include the requirement for bidders to submit pricing for all applicable forklift line items, clarifications on the project's timeline, and the confirmation of additional lift-vehicle requirements across two task orders. Task Order 1 spans 19 days from April 21 to May 15, while Task Order 2 lasts 11 days, also starting from April 21. The document aims to provide clarity to potential contractors on equipment needs and operational timelines, ensuring compliance with federal contracting standards and smooth execution of the project. Overall, it underscores the importance of detailed planning and readiness in federal RFP engagements.
Apr 10, 2025, 7:05 PM UTC
The document addresses industry inquiries related to a federal Request for Proposals (RFP) regarding forklift equipment supply. It clarifies that bidding participants must provide pricing for all equipment listed in both the base contract and the associated task orders, not just for a specific item. Previous contract prices are not available, but bidders are directed to search SAM.gov for reference. The document explains that the ordering period is set for thirty days, during which multiple task orders may be issued, indicating the potential for an ongoing contract. Contractors should have all required equipment ready at the start of the contract and are advised to include pricing for both the base contract and task orders in their submissions. The questions and answers are structured around ensuring compliance with solicitation requirements while facilitating clarity for potential contractors. This communication aims to guide vendors in structuring their proposals in accordance with federal procurement processes.
Apr 10, 2025, 7:05 PM UTC
The MICC Fort Cavazos intends to award a Firm-Fixed-Price (FFP) IDIQ Contract for Material Handling Equipment (MHE) Redeployment services, specifically focused on supporting the 1st Air Cavalry Brigade from April 21 to May 15, 2025. This total small business set-aside will require the contractor to provide a range of equipment including six 36K all-terrain forklifts, ten flatbed trucks, one 200-ton crane, and four removable gooseneck trailers, complete with operators. The contractor is responsible for ensuring that all vehicles are operational, adhere to safety regulations, and manage logistics for loading and transporting military equipment. The Performance Work Statement outlines the contractor's obligations, including maintenance responsibilities, quality control measures, and adherence to safety standards. Emphasis is placed on the contractor's accountability for effective communication and timely reporting through the System for Award Management. Additionally, the document highlights the need for a Quality Control Program and operational flexibility in response to changing cargo demands. The overall aim is to ensure efficient and safe redeployment operations while maintaining strict compliance with government regulations and operational standards.
Apr 10, 2025, 7:05 PM UTC
The MICC Fort Cavazos plans to award a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Material Handling Equipment (MHE) Redeployment Services, exclusively for small businesses. The procurement aims to support the 1st Cavalry Division's redeployment operations from April 21 to May 5, 2025. Contractors must provide various equipment, including All-Terrain Forklifts, Flatbed Trucks, and a 100 Ton Crane, all with trained operators, along with fuel and safety equipment. The contractor is responsible for maintaining equipment, complying with safety regulations, and are held to strict communication and operational standards, including a Quality Control Plan. The contract stipulates no services on federal holidays and requires compliance with security protocols regarding personnel and equipment access. Performance is to be monitored through inspections and quality assurance measures to ensure all equipment remains operational. The contractor's duties extend to system reporting and adherence to various regulations essential for successful contract execution and mission support.
Apr 10, 2025, 7:05 PM UTC
This document presents a comprehensive list of various military equipment and vehicles, including their model numbers and dimensions, likely serving as part of a Request for Proposal (RFP) or federal grant application. Each entry includes model identifiers, listed dimensions in square decimeters, and indicates whether certain models have additional specifications, such as weight classifications. The data reflects a wide range of military assets, including transport vehicles, power units, and other specialized equipment. The structured format emphasizes both common and unique models, with multiple instances of some models underscoring their relevance in potential applications. This strategic inventory could aid government agencies in making informed decisions regarding procurement, ensuring operational readiness and effectiveness based on the specifications provided. It highlights the importance of detailed assessment criteria in evaluating proposals and grants, enhancing resource management within federal and state government frameworks.
Apr 10, 2025, 7:05 PM UTC
The document provides detailed equipment information relating to military transport and logistics for the 21st Theater Sustainment Command (TSC), primarily focusing on unit inputs and specifications. It includes data such as unit identification codes (UIC), logistical aspects like load and delivery dates, and dimensions (height, width, length, weight) of various military equipment, including trucks, trailers, and containers. Notable entries detail models, serial numbers, and National Stock Numbers (NSN), indicating their classification for handling, including sensitive and hazardous materials. The report also notes the points of contact (POC) for units stationed in Poland, alongside geographic coordinates relevant for shipment and destination locations, ultimately aimed at facilitating the shipment of equipment to Bremerhaven, Germany. This document is contextualized within the framework of government requests for proposals (RFPs) and grants, showcasing the need for precise logistical documentation in military operations. It emphasizes adherence to transport protocols for military readiness and operational support.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking information from qualified contractors for the maintenance and repair of Material Handling Equipment (MHE) at the DLA Distribution Europe located in Germersheim, Germany. The procurement aims to identify potential contractors capable of providing both scheduled and unscheduled maintenance services, ensuring compliance with safety, quality control, and legal standards. This initiative is critical for supporting logistical operations across Europe and Africa, with the anticipated contract type being a Hybrid Time & Materials/Firm Fixed Price arrangement, set to commence in March 2026. Interested parties must submit their capabilities statements by April 25, 2025, and direct any inquiries to Dominik Rauch or Israel Gutierrez by April 15, 2025.
Material Handling Equipment (MHE) Maintenance for DLA Disposition Services Grafenwoehr Germany
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide maintenance services for Material Handling Equipment (MHE) at Grafenwoehr, Germany. The procurement encompasses both preventive and corrective maintenance services, ensuring the operational readiness of MHE, which includes various forklifts and sweepers, critical for military support operations. This contract will be awarded as a Firm Fixed Price agreement with a base year and two option years, emphasizing compliance with Original Equipment Manufacturer (OEM) standards and timely service delivery. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
MHE North Island
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 6,000-pound capacity forklifts for use within the Continental United States (CONUS). The procurement includes various models, such as diesel and propane forklifts, with specific requirements for lifting capabilities, safety features, and operational controls, as outlined in the updated Statement of Work. This contract is crucial for supporting the DLA's mission to manage surplus Department of Defense property effectively, ensuring that the necessary equipment is available for operational needs. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 30, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
Light Capability Rough Terrain Forklift
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking information from potential suppliers regarding the procurement of the Light Capability Rough Terrain Forklift (LCRTF). The Army aims to acquire approximately 411 units over a period of four to six years, establishing Firm Fixed Price contracts for each period, with a focus on understanding the capabilities of Original Equipment Manufacturers (OEMs) and other sources to meet specific military requirements. The LCRTF is designed to efficiently handle up to 6,000 pounds of cargo in rugged terrains without the need for outriggers, emphasizing reliability, safety, and environmental resilience in extreme conditions. Interested parties should contact Matthew Moreton at matthew.r.moreton.civ@army.mil or Bobbi Brown at bobbi.r.brown4.civ@army.mil for further details, as participation in this Sources Sought Questionnaire is voluntary and responses will be treated as proprietary information.
CONUS 36k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 36K Diesel Forklifts through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period and two option periods. The procurement aims to support the disposal of excess Department of Defense (DoD) property across the Continental United States (CONUS), requiring forklifts with a lifting capacity of 36,000 lbs, safety features, and enclosed cabs, along with potential familiarization training. Interested contractors must submit their quotes by May 8, 2025, at 3:00 PM Eastern Time, and are encouraged to direct any questions to the primary contact, James Isola, at James.Isola@dla.mil. The contract is set aside for small businesses under NAICS code 333924, with a focus on ensuring compliance with all applicable regulations and guidelines.
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide maintenance and repair services for Material Handling Equipment (MHE), including forklifts and pallet jacks. The procurement includes a base year and one option year, focusing on annual preventative maintenance, necessary repairs, and compliance with Original Equipment Manufacturer (OEM) guidelines, with a strong emphasis on safety and regulatory adherence. This contract is crucial for ensuring the operational efficiency and safety of equipment used in government operations, reflecting the importance of maintaining high standards in equipment management. Interested contractors must submit their proposals by May 2, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525 for further details.
Utility vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of two Workman HDX 4WD TORO utility vehicles. The vehicles must meet specific requirements, including a manual transmission, on-demand 4WD capability, a hauling capacity of up to 3,500 lbs, and features such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for various operational tasks within military installations, ensuring efficient transportation and logistics support. Interested vendors should contact Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting quotes for rigging, crane, and material handling support to relocate a Stokes Press at the Crane Army Ammunition Activity in Indiana. The contractor will be responsible for providing all necessary labor, tools, and materials to complete the relocation by June 12, 2025, while ensuring compliance with OSHA standards and other regulatory requirements. This procurement is critical for maintaining operational efficiency at the facility, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested offerors must submit their proposals by May 8, 2025, and are required to attend a mandatory site visit on April 22, 2025, to ensure they understand the project requirements. For further inquiries, potential bidders can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
Extendable Boom Forklift (EBFL)
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is conducting market research for the procurement of approximately 348 Extendable Boom Forklifts (EBFLs) capable of handling heavy military pallets in diverse terrains and climates. The EBFLs must meet specific requirements, including the ability to load and unload pallets weighing up to 10,000 pounds, operate in Chemical, Biological, Radiological, and Nuclear (CBRN) environments, and be compatible with various military aircraft and transportation methods. These forklifts are essential for enhancing the Marine Corps' logistical efficiency and operational readiness, particularly for handling ammunition, cargo, and supplies in challenging conditions. Interested vendors are invited to submit their production estimates, pricing, and capabilities by May 15, 2025, with the actual Request for Proposal (RFP) anticipated in Fiscal Year 2026. For further inquiries, vendors may contact Jamie Fullinwider at jamie.fullinwider@usmc.mil or Corinne Beadle at corinne.beadle.civ@usmc.mil.