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
N39040PSE2980-Two (2) 6k Counterbalanced Forklifts
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals for the rental of two (2) 6k counterbalanced forklifts for use at the Naval Submarine Base New London in Groton, Connecticut. The rental period is scheduled from April 29, 2025, to June 2, 2025, with an optional extension until June 16, 2025. These forklifts are essential for operational support, requiring compliance with safety regulations and specific performance standards, including a capacity of 5.5k-8k pounds. Interested vendors must submit their proposals via email by April 7, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact Gordon Roberts III at gordon.j.roberts14.civ@us.navy.mil or by phone at 207-451-7119.
MHE North Island
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors for the maintenance and repair of Government-Owned Material Handling Equipment (MHE) at North Island Air Force Base in San Diego, California. The procurement involves both scheduled preventative maintenance and on-call remedial maintenance services, ensuring the operational readiness of various equipment including forklifts and utility vehicles. This contract is set aside for small businesses and will be awarded based on the lowest priced, technically acceptable offer, with a firm-fixed price structure for a base period of 12 months and four optional extensions. Interested parties must submit their quotes by April 26, 2025, and direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
USNS MERCY (T-AH 19) FY26 ROH/DD
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified firms for the Regular Overhaul Dry-Docking (ROH/DD) of the USNS MERCY (T-AH 19), scheduled from approximately February 1 to June 30, 2026, at a contractor facility on the West Coast. Interested parties are invited to submit a capabilities package detailing their experience and capacity to perform similar ship repair work, including company profiles, facility information, and business size classification under NAICS Code 336611. This procurement is crucial for maintaining the operational readiness of the naval fleet, with specific maintenance tasks outlined in the associated Work Item Index, including electrical system upgrades, hull repairs, and safety inspections. Interested firms should submit their responses via email to the primary contact, Benjamin Brackett, at benjamin.b.brackett.civ@us.navy.mil, by the specified deadline, as this notice serves as a request for information only and does not guarantee contract awards.
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 proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 4K forklifts for use across various sites in the Continental United States (CONUS). The procurement includes both diesel and electric forklift models, with specific safety requirements such as an operator's overhead guard, as outlined in the updated Statement of Work (SOW). These forklifts are essential for the DLA's operations in disposing of excess Department of Defense property while ensuring compliance with safety regulations and timely delivery. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 18, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
Fork Truck
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a Fork Truck under a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses and falls under the Heavy Duty Truck Manufacturing industry, with a focus on wheeled trucks and truck tractors. The Fork Truck is essential for various military operations, ensuring efficient logistics and material handling. Interested parties can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or call 845-239-8263 for further details regarding the submission process and deadlines.
Lift truck
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lift trucks through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses under the SBA guidelines, focusing on the Heavy Duty Truck Manufacturing industry, with the relevant NAICS code being 336120. Lift trucks are critical for various military operations, facilitating the movement and handling of materials and equipment. Interested parties can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or by phone at 845-239-8263, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the solicitation process.
1ACB, 1CD Material Handling Equipment (MHE) Redeployment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide Material Handling Equipment (MHE) services at Fort Cavazos, Texas, under solicitation number W91151-25-Q-0023. The contractor will be responsible for supplying six 36K forklifts, ten flatbed trucks, and one 200-ton crane with operators to facilitate the loading, unloading, and transportation of military equipment during the redeployment period from April 21, 2025, to May 15, 2025. This procurement is crucial for ensuring efficient logistical support for military operations, emphasizing safety compliance and quality control throughout the contract duration. Interested parties must submit their quotes by April 3, 2025, and can contact Nelva March at nelva.l.march.civ@army.mil or Darnyell C Parker at darnyell.c.parker.civ@army.mil for further information.
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.
Heavy Equipment Prep and Disposal Services
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR Jacksonville, is seeking qualified contractors to provide heavy equipment prep and disposal services for two non-operational HYSTER swing lifts. The contractor will be responsible for draining all fluids, removing batteries, detaching the mast from the forklifts, and ensuring the units are properly palletized for transportation to the designated disposal site in Mayport, Florida. This procurement emphasizes the importance of safety protocols and compliance with operational standards during the disposal process. Interested parties should contact Melissa Russell at melissa.i.russell2.civ@us.navy.mil for further details regarding this sources sought notice.