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
    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
    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.
    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.
    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
    Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking qualified vendors to provide forklifts under a Combined Synopsis/Solicitation notice. The procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333924, which pertains to Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. Forklifts are critical for various logistical operations, facilitating the movement and handling of materials in military and industrial settings. Interested parties should reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or call 901-544-0786, or contact Tijuana Harris at Tijuana.M.Harris@usace.army.mil or 901-544-3048 for further details.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a SOLAS winch kit and various screws and washers under solicitation number N3220525Q2212. This acquisition is critical for supporting naval operations and ensuring the safety and effectiveness of maritime activities. The anticipated contract will be a firm-fixed price purchase order, with delivery required by October 9, 2025, to a designated location in Norfolk, VA. Interested vendors must submit their quotes by 10:00 AM EDT on March 12, 2025, and are encouraged to contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.
    2420--Diesel Powered Forklift small business set aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from small businesses for the procurement of a diesel-powered forklift, specifically designed for the Jonathan M. Wainwright Medical Center in Walla Walla, WA. The forklift must meet specific performance requirements, including a capacity of 7,000 lbs at a 24” load center, a maximum fork height of 185”, and various features such as a hydraulic side shifter and solid pneumatic tires. This procurement is crucial for enhancing operational efficiency within the medical center, and all proposals must be submitted by March 10, 2025, with questions due by February 27, 2025. Interested vendors should contact Contract Officer Nick W Price via email for further details and ensure compliance with federal regulations regarding domestic production.
    FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of forklifts through the W6QM MICC-FT DRUM office. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 333924, which pertains to Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. Forklifts are critical for various logistical operations, providing essential support in material handling and transportation within military facilities. Interested vendors can reach out to Jevon Schroeder at jevon.k.schroeder2.civ@army.mil or by phone at 785-239-9853, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation process.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotations for the refurbishment of miscellaneous valves and pumps for the USNS Pecos, with a focus on commercial services. The procurement, identified by RFQ number N3220525Q4050, requires vendors to provide detailed quotes that include labor, materials, and travel costs, with the contract period spanning from May 2, 2025, to September 30, 2025. This opportunity is critical for maintaining the operational readiness of marine equipment, emphasizing compliance with federal acquisition regulations and technical capability. Interested parties should direct inquiries to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or call 757-642-0500 for further details.
    W91151-25-Q-A007 36K Forklift Rental_NTC 25-06_COMBO_&_PWS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the rental of three 36K forklifts to support military operations at the National Training Center (NTC) in Fort Irwin, California. The procurement is designated as a Total Small Business Set-Aside, with the rental period scheduled from March 12 to April 30, 2025, and potential for extensions based on mission needs. These forklifts are crucial for outdoor operations on various terrains, capable of lifting containers up to approximately 8 feet high, ensuring efficient logistics and support for military activities. Interested contractors must submit their quotes by March 8, 2025, via email, and can direct inquiries to SSG Rob Anderson at robert.l.anderson505.mil@army.mil or MAJ James T. Sosebee at james.t.sosebee.mil@army.mil.
    USNS JOHN LEWIS RESCUE PLATFORM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a Crane Man Basket under solicitation number N3220525Q2268. This opportunity is not set aside for small businesses and requires the delivery of the item to the MSC SSU BATS in San Diego, CA, by April 21, 2025. The Crane Man Basket is essential for various maritime operations, and the procurement process will evaluate quotes based on technical capability and price, with the award going to the lowest priced accepted offer. Interested parties must submit their price quotes, including shipping and technical specifications, by March 12, 2025, and can contact Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or 757-642-0500 for further information.
    1ACBT Redeployment MHE
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide Material Handling Equipment (MHE) services for the 1st Armored Brigade Combat Team at Fort Cavazos, Texas. The procurement involves supplying various equipment, including 35K forklifts, flatbed trucks, and a 200-ton crane, to support military redeployment operations, with a performance period spanning specific dates in March and April 2025. This contract is crucial for ensuring efficient logistics and material handling during military operations, emphasizing compliance with safety regulations and quality standards. Interested vendors must submit their quotes by March 7, 2025, and can direct inquiries to Nelva March at nelva.l.march.civ@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    Vehicle Lifting Assembly Weight Testing and Certification
    Buyer not available
    The Department of Defense, through the Navy Supply Fleet Logistics Center Norfolk, is soliciting proposals for a firm-fixed-price contract focused on the testing and certification of fourteen vehicle lifting assemblies. Contractors are required to conduct proof testing at 125% of the rated capacity, specifically at a weight of 60,000 pounds, in compliance with NAVFAC P-307 standards, and must be located within 60 miles of Williamsburg, Virginia. This procurement is crucial for ensuring the safety and reliability of materials handling equipment used by the Navy Expeditionary Logistics Support Group. Interested small businesses, particularly those that are service-disabled veterans, economically disadvantaged women, or HUBZone certified, should submit their bids by the extended deadline of March 7, 2025, and can direct inquiries to Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.