30K Forklifts
ID: W911SG25QA019Type: Combined Synopsis/Solicitation
AwardedMar 28, 2025
$34K$33,988
AwardeeDynamik, Inc. San Diego CA 92110 USA
Award #:W911SG25PA005
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rental of four 30,000-pound forklifts to support operations at the National Training Center (NTC) in Fort Irwin, California. The forklifts will be utilized primarily for loading and unloading rail operations and moving supplies during military training exercises, with a performance period from April 9 to May 23, 2025. This procurement emphasizes compliance with safety and environmental regulations, including the use of Ultra Low Sulfur Diesel fuel, and requires contractors to maintain operational readiness and provide 24/7 emergency repair services. Interested contractors must submit their bids by March 24, 2025, with a total budget of $40 million allocated for this contract. For further inquiries, potential bidders can contact Keilani Maka at keilani.m.maka.mil@army.mil or Tamika Williams at tamika.l.williams32.mil@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for providing four 30K Forklifts to the National Training Center (NTC) at Fort Irwin, California, operational from April 9 to May 23, 2025. The contractor will deliver fully operational forklifts that meet safety and environmental regulations, using Ultra Low Sulfur Diesel as fuel. The government reserves the right to adjust the quantity by +/- 30% and change the performance period as needed, with prompt notification to the contractor. The document details contractor obligations including maintaining quality control, providing a safe working environment, securing necessary licenses, and ensuring compliance with federal and state regulations. Emergency repair services must be available 24/7, and equipment must be delivered ready for immediate use. Key personnel must complete mandatory security training, and all contractor employees must identify themselves and ensure contractor status is clear to avoid confusion with government officials. Overall, the PWS emphasizes quality assurance, regulatory compliance, and clear communication between the contractor and government representatives, underlining the commitment to operational readiness and safety during military training exercises.
    The document outlines a Request for Proposal (RFP) for the procurement of four 30K forklifts for military operations, specifically for use during an NTC rotation at Fort Irwin, California. The total budget is $40 million, and interested contractors must submit bids by 24 March 2025. The RFP includes detailed requirements for the forklifts, delivery schedules (from 09 April 2025 to 23 May 2025), and inspection locations. Contractors are urged to present competitive pricing while demonstrating compliance with technical specifications outlined in the Performance Work Statement (PWS). The contractor must also adhere to various clauses regarding small business engagement, whistleblower protections, and compliance with federal regulations, including limitations on contracting with certain entities. Evaluation criteria focus on technical capability and price, with a preference for small and disadvantaged business participation. Transparency in communication is emphasized, allowing contractors to ask questions prior to submission. This procurement underscores the government’s commitment to operational efficiency and support of small businesses while adhering to federal guidelines.
    The document details a Q&A section for a government request for proposal (RFP) regarding the rental of 30,000-pound forklifts. Key points include that a 25% deposit is not allowed, there are no preferred brands, and forklifts must run on Ultra Low Sulfur Diesel (ULSD) fuel. Mandatory safety standards follow OSHA requirements, with operators requiring familiarization training provided on-site by the contractor. The delivery location is near LSA Warrior at Fort Irwin, with responsibilities for unloading and clearing background checks outlined. Expected usage is primarily during loading and unloading procedures, and the contractor must ensure the forklifts can operate in rough terrain, suitable for the desert environment. Insurance requirements are standard, and while government personnel will operate the forklifts, contractors may be responsible for other maintenance. Proposals must adhere to specific submission guidelines outlined in the solicitation. The document serves to clarify operational and logistical expectations for bidders, ensuring compliance with the project’s goals and requirements.
    Lifecycle
    Title
    Type
    30K Forklifts
    Currently viewing
    Award
    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 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.
    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.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.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.
    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.
    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.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    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.