MHE SERVICERS - OCONUS
ID: N0040625QS069Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the servicing of Material Handling Equipment (MHE), specifically HYSTER brand forklifts, under a Women-Owned Small Business (WOSB) initiative. The procurement aims to secure a firm, fixed-price contract that encompasses comprehensive supply and service responses, including annual inspections and certifications of MHE, with strict adherence to packaging and shipping guidelines for deliveries to Sasebo, Japan. This contract is crucial for maintaining operational efficiency and safety standards within naval logistics operations. Interested vendors must submit their proposals by June 5, 2025, and are required to register with the System for Award Management (SAM) prior to contract award. For further inquiries, contact Ashley Rollin at ashley.a.rollin@navy.mil or call 564-230-3001.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a solicitation for services related to material handling equipment (MHE), specifically for HYSTER authorized servicing of forklifts, under a Women-Owned Small Business (WOSB) initiative. The contract, identified by requisition number N0040625QS0690001, is set for a fixed-price, firm contract with a due date of May 6, 2025. It emphasizes that the government's evaluation of offers will primarily focus on price but can also consider past performance if a low price offer raises concerns about value. The contractor is expected to monitor risks concerning inflation and COVID-19 impacts, as the contract pricing will not be adjustable for such factors. Key components include compliance with electronic invoicing through the Wide Area Workflow (WAWF) system and adherence to strict packaging and shipping requirements for deliveries to Sasebo, Japan. The statement of work requires annual inspection and certification of MHE. Key clauses and representations ensure compliance with legal, ethical, and operational standards within federal procurement procedures, underlining the government’s commitment to fair contracting practices, including provisions for small business development. Overall, the RFP is structured to ensure efficiency, safety, and regulatory compliance in government contracting processes.
    The government solicitation amendment N0040625QS069 modifies existing contract procedures, extending the submission deadline for offers related to the procurement of HYSTER brand forklifts. The closing date is now set for June 5, 2025, instead of April 21, 2025. The amendment outlines that the contract will be a firm, fixed-price agreement with risks fully borne by the contractor. It emphasizes the necessity for authorized distributors to provide proof of their status when submitting proposals. The contract expects comprehensive supply and service responses, indicating that separate awards for partial submissions may be unacceptable. The change also highlights key delivery logistics, specifying locations in Sasebo, Japan, and adjustments in the delivery period from May 1-30 to May 12-June 12, 2025. Furthermore, strict requirements for packaging, proof of delivery, and invoicing methods are reiterated to ensure compliance with government standards. The document ultimately reinforces the importance of past performance in the assessment of submissions and the requirement for all vendors to register with the System for Award Management (SAM) before contract award.
    The document outlines a Request for Proposal (RFP) aimed at procuring materials and services from Women-Owned Small Businesses (WOSB) for the U.S. Navy’s logistics operations, specifically for material handling equipment (MHE) and forklifts. It emphasizes a firm, fixed-price contract structure, where the government seeks a single award encompassing all items listed, using industry-standard procurement protocols. The solicitation indicates a brand-name requirement for HYSTER products, directing bids from authorized servicers while stipulating a firm deadline for submissions. Key requirements include annual inspections and certifications for MHE, adherence to strict packaging and shipping guidelines, and electronic invoicing through the Wide Area WorkFlow (WAWF) system. Additional clauses cover pricing stability, emphasizing no adjustments for COVID-19 or inflation impacts during contract performance. The document reinforces the need for thorough familiarity with contracting regulations and mandates a proposal submission that includes compliance with various federal acquisition regulations and certifications. This solicitation not only seeks to fulfill specific logistical needs but also promotes inclusion of small businesses in federal contracting, showcasing a commitment to fostering diverse economic participation within government procurement activities.
    The document outlines the requirements for the annual inspection, testing, and certification of Material Handling Equipment (MHE) such as forklifts aboard ships. It references various technical manuals and outlines forms for initial inspections, maintenance, and safety certifications. The key tasks include thorough examination and operational tests, adhering to safety standards, and ensuring compliance with government regulations. Each MHE's inspection includes checks on tires, fluid levels, engine functions, and braking systems, with specific criteria for acceptance or rejection. Additionally, it mandates the inspection of forks, marking compliance, and documentation of results for maintenance records. The overarching goal is to ensure safe operation and longevity of MHE, crucial for effective naval operations. This document serves as a guideline for contractors involved in maintaining these essential pieces of equipment while adhering to strict regulatory standards.
    The document outlines the requirements for the annual inspection, testing, and certification of Material Handling Equipment (MHE) such as forklifts used aboard ships. It references several technical manuals and provides detailed guidance on inspection procedures, maintenance, and safety checks to ensure operational efficiency and compliance. Key responsibilities include the removal of obstructions, coordination with ship personnel, and meticulous documentation of equipment condition on specified forms. The inspection process involves evaluating various components, including tires, hydraulic systems, and electrical systems, to identify hazards and necessary repairs. Additionally, it mandates the certification and reporting of MHE conditions, ensuring all procedures comply with established regulations. Reports must be submitted in PDF format, including mandatory markings and condition assessments. The document emphasizes the need for well-trained operators and highlights safety protocols around testing, maintenance, and potential hazards, showcasing the government's commitment to maintaining industrial equipment standards and enhancing maritime safety. This comprehensive set of guidelines is critical for governmental and regional agencies, ensuring that all equipment used for material handling is safe, reliable, and operationally fit for duty.
    Lifecycle
    Title
    Type
    Presolicitation
    MHE SERVICERS - OCONUS
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    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.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    UPS SERVICE
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors to provide servicing for Uninterrupted Power Supply (UPS) units on a John Lewis Class Ship. This procurement is a firm fixed price supply contract, anticipated to be posted around December 18, 2025, with a closing date on or about December 22, 2025. The UPS units are critical for ensuring reliable power supply on naval vessels, underscoring their importance in maintaining operational readiness. Interested parties must register on the SAM.gov website and direct any inquiries to Jeremy Wells at jeremy.a.wells.civ@us.navy.mil, as no telephone or fax requests will be accepted.
    Maintenance of Diesel Generator
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance of a diesel generator (Model: DCA-800SPK, Manufacturer: Denyo Co., Ltd.) at the US Naval Base in Yokosuka, Japan. The selected contractor will be responsible for replacing batteries, engine oil, coolant, various filters, hoses, and conducting checks on multiple components, including a required load test, while ensuring the proper disposal of waste materials. This maintenance service is crucial for the operational readiness of the generator, which plays a vital role in supporting naval operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with the contract period running from March 1, 2026, to June 30, 2026. For further inquiries, potential bidders can contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil or by phone at 0468162793.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    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.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.