1ACB, 1CD 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- MECHANICAL POWER TRANSMISSION EQUIPMENT (W030)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    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.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    Amendment1-Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska, under a total small business set-aside contract. The procurement involves a non-personal service contract for Material Handling Equipment (MHE) services, including the provision of licensed operators and riggers for scheduled and unscheduled crane operations, primarily for loading and unloading equipment at the railhead. This service is critical for supporting military operations and ensuring compliance with safety and regulatory standards. Interested contractors should note that the contract covers specific service dates in early 2026, and they can reach out to SSG Eric Kim or MAJ Molly Libowski via email for further inquiries regarding the solicitation.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.