USNS MERCY Forklifts Inspection and Certification
ID: N4044325Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMILITARY SEALIFT COMMAND BATSSAN DIEGO, CA, 92123-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command, is soliciting quotes for the inspection and certification of forklifts aboard the USNS MERCY. This procurement requires an authorized dealer to conduct a two-year inspection, testing, and certification of 11 material handling equipment (MHE) forklifts, ensuring compliance with NAVSUP technical manuals and federal safety regulations. The contract is not set aside for small businesses, and the performance period is from January 31 to February 28, 2025, with quotes due by January 28, 2025. Interested contractors should contact Jorge Soto at jorge.a.soto17.civ@us.navy.mil or call 619-408-5994 for further details.

Files
Title
Posted
Jan 21, 2025, 10:04 PM UTC
The Military Sealift Command is soliciting quotes for the inspection and certification of forklifts through Request for Quotes (RFQ) number N4044325Q0034. This procurement is not set aside for small businesses, although it does have a small business size standard of 1,300 employees. The main contract line item involves the inspection/certification of 11 forklifts, with a total firm-fixed-price purchase order expected. The performance period is from January 31 to February 28, 2025, with delivery required at a specified location. Quoters must submit their responses by January 28, 2025, and include a detailed pricing breakdown, technical submission, and compliance with various federal regulations and clauses. Evaluation will focus on the technical capability and price of the quoted services, with awards based on the lowest priced technically acceptable quote. Specific clauses regarding telecommunications equipment, labor laws, and representations regarding operations are included to ensure regulatory compliance. This synopsis highlights the government's commitment to maintaining operational standards while providing transparent guidelines for contractors in the procurement process.
Jan 21, 2025, 10:04 PM UTC
The MSC Specific WAWF Instructions document outlines regulations and requirements for the Maritime Supply Chain (MSC) related to work performed with federal contracts. It includes various clauses focusing on shipping, contractor inspections, electronic payment submissions, security measures, and compliance with government regulations. The document provides references to specific Federal Acquisition Regulation (FAR) clauses regarding contractor responsibilities, such as the use of the Wide Area Workflow (WAWF) for payment processing, subcontracting rules, and safety regulations in connection with the transport of supplies and contractor personnel. Emphasized is the necessity for compliance with cybersecurity measures and safeguarding of government information. Additionally, it covers aspects of equal opportunity, labor standards, and prohibited practices regarding employment discrimination. Overall, the instructions serve as critical guidance for contractors engaged with the MSC, ensuring adherence to established federal standards and practices for successful contract execution.
Jan 21, 2025, 10:04 PM UTC
The document outlines the requirements for a two-year inspection, testing, and certification of material handling equipment (MHE) - specifically forklifts - aboard the USNS Mercy (TAH 19). It details procedures to ensure compliance with NAVSUP technical manuals related to the operation and safety of MHE. The inspection involves verifying the condition of forklifts, including checking for proper operation of safety devices, fluid levels, and structural integrity. Key tasks include coordinating with the ship's crew for movements, conducting scheduled maintenance, and performing various operational tests, such as functional audits, overload weight assessments, and emergency stop tests. The contractor is responsible for documenting findings using specified inspection forms and ensuring that any deficiencies are reported for remedial actions. The document emphasizes compliance with safety standards, maintenance protocols, and the involvement of certified technicians in the inspection process. Overall, its purpose is to maintain the operational readiness and safety of forklifts used by the Navy, aligned with federal safety and maintenance regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MHE SERVICERS - OCONUS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking authorized Material Handling Equipment (MHE) servicers for Hyster MHE in support of the Military Sealift Command (MSC). This procurement involves a firm fixed price supply type contract, with the solicitation anticipated to be posted around April 11, 2025, and closing on or about April 21, 2025. The services are critical for maintaining operational readiness and efficiency of MHE used in military logistics operations. Interested parties should direct inquiries to Ashley Rollin at ashley.a.rollin@navy.mil and ensure they are registered in the System for Awards Management (SAM) to participate in the procurement process.
Ordnance Handling Equipment (OHE) Recertification Service In support of USNS RICHARD E. BYRD
Buyer not available
The Department of Defense, through the Military Sealift Command, is soliciting quotes for Ordnance Handling Equipment (OHE) Safety Recertification Services to support the USNS Richard E. Byrd (T-AKE 4) from July 7 to September 30, 2025. The contractor will be responsible for inspecting, repairing, testing, and certifying a total of 312 pieces of OHE, including slings and reels, at a vendor facility in Guam, ensuring compliance with Navy and DOD safety standards. This procurement is critical for maintaining operational readiness and safety standards for military logistics operations. Interested contractors must submit their quotes by April 8, 2024, and can contact Alec M. Ferralli at alec.m.ferralli.civ@us.navy.mil or 564-226-0234 for further information.
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.
6,000 POUND FORKLIFTS AND SERVICE
Buyer not available
Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.
CONUS 4k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) Disposition Services is seeking qualified vendors to provide 4K forklifts through a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement includes various models of forklifts, both diesel and electric, with specific requirements for safety features, delivery timelines, and training services, all aimed at supporting the disposal of Department of Defense excess property. This opportunity is particularly significant as it is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the government's commitment to supporting small businesses. Interested parties must submit their quotes via email to James Isola by 3:00 PM Eastern Time on April 18, 2025, and are encouraged to review the attached documents for detailed specifications and requirements.
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 an enclosed cab, along with potential familiarization training. Interested contractors must submit their quotes by email to James Isola at james.isola@dla.mil, with a deadline to be determined, and ensure compliance with all applicable regulations and guidelines. The evaluation will be based on a Lowest-Price Technically Acceptable basis, and all submissions must include detailed specifications and pricing as outlined in the attached documents.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified vendors to provide new 6K forklifts under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement includes various models, such as diesel and propane options, with specific requirements for lifting capacity, hydraulic features, and safety mechanisms, all aimed at enhancing logistics management for surplus military property. The contract will be structured with a Base Period and two Option Periods, with delivery expected within six months of task order issuance, and quotes must be submitted by April 30, 2025, to James Isola at james.isola@dla.mil. Interested parties should ensure compliance with all federal regulations and provide detailed specifications to demonstrate technical acceptability.
MAJOR OVERHAUL KIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is seeking to procure a Major Overhaul Kit specifically designed for the CVN 68 Class MX9 Shaft Seal, with the procurement being a sole source to Defense Maritime Solutions, Inc. This solicitation, issued as a Combined Synopsis/Solicitation, aims to enhance the operational capabilities of the U.S. Navy by ensuring that the required equipment meets stringent federal standards and specifications. Interested vendors must comply with various requirements, including cybersecurity measures under DFARS clauses, and are responsible for submitting their quotes by April 14, 2025, with expected delivery within 22 weeks post-award. For further inquiries, potential offerors can contact Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
MHE and SMSE Maintenance Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
Electric Forklift
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals from service-disabled veteran-owned small businesses for the procurement of an electric forklift. This forklift is intended to replace an aging model at the NIST Physical Measurements Laboratory in Gaithersburg, Maryland, and is essential for the installation and removal of devices used in force calibration testing. The new equipment must meet specific technical specifications, including a minimum lift capacity of 2,500 lbs and appropriate dimensions for the lab environment, ensuring enhanced safety and efficiency in calibration services. Quotations are due by April 15, 2025, and must be submitted electronically, with further details available from primary contact Tracy Retterer at tracy.retterer@nist.gov or secondary contact Forest Crumpler at forest.crumpler@nist.gov.