Closed Solicitation · DEPT OF DEFENSE

    FORKLIFT AND BOOM POLE PURCHASE FOR FORT LOUDOUN AND PICKWICK LOCK

    Sol. PANGLR24P0000004921Sources SoughtNASHVILLE, TN
    Closed
    STATUS
    Closed
    closed Jul 28, 2025
    POSTED
    Jul 22, 2025
    Publication date
    NAICS CODE
    333924
    Primary industry classification
    PSC CODE
    2320
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking information on potential suppliers for two Hyundai 30D-9V forklifts and two Vestil LM-1NT-6-24 boom poles. This opportunity is a Sources Sought notice for market research purposes only, with no solicitation currently available. Interested vendors should provide their capabilities and qualifications.

    Contract details

    Solicitation No.
    PANGLR24P0000004921
    Notice Type
    Sources Sought
    Posted Date
    July 22, 2025
    Response Deadline
    July 28, 2025
    NAICS Code
    333924AI guide
    PSC / Class Code
    2320
    Issuing Office
    W072 ENDIST NASHVILLE
    Primary Contact
    Jori Cox
    State
    TN
    ZIP Code
    37203-1070
    AI Product/Service
    product

    Description

    THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.

    This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.

    PURPOSE:

    The Government is conducting this RFI/Sources Sought in support of Market Research only to notify and seek potential qualified members of industry to gain knowledge of interest, capabilities and qualifications to include the Small Business Community. No solicitation document is currently available.

    SCOPE:

    The U.S. Army Corps of Engineers, Nashville District anticipates a requirement for a Firm-Fixed Supply contract for one (2) new Hyundai 30D-9V 6,000 lb. Capacity and (2) Vestil LM-1NT-6-24 Steel Non Telescoping Lift Boom 24 In. One (1) Hyundai 30D-9V forklift and one (1) Vestil LM-1NT-624 Steel non-telescoping life boom will be delivered to Fort Loudoun Lock in Lenoir City, TN and One (1) Hyundai 30D-9V forklift and one (1) Vestil LM-1NT-624 Steel non-telescoping life boom will be delivered to Pickwick Lock and Dam in Counce, TN.

    Contractor shall provide all materials, labor, supervision, and quality control necessary to provide (2) New Hyundai 30D-9V 6,000 lb. Capacity - 1-Speed with Hyundai Engine, IC Pneumatic Tire Forklift basic rated capacity @ 24” load center and (2) Vestil LM-1NT-6-24 Steel Non-Telescoping Lift Boom 24 In. Fork Pocket Center 6,000 Lb. Capacity.

    Per OSHA regulations, the Vendor will be responsible for obtaining written approval from the Forklift Manufacturer to use this attachment with this Forklift. Capacity, operation, and maintenance instruction plates, tags or decals on the Forklift shall be changed and affixed accordingly by the Vendor before delivery. Contractor shall also provide two (2) copies of the O&M data for the lifts that include manufacture’s help and product line documentation necessary to maintain and inspect equipment. Special notices shall detail impedances, hazards, and safety precautions.

    The equipment shall be packed in a manner acceptable to preserve the condition of the equipment as it left the Contractor’s facility.  The packaging shall clearly identify the contents and weight of the package.  Loose items such as bolts and screws shall be packaged together in a single package.  All transportation, delivery, and storage costs shall be included in the quote.  Equipment shall be shipped as completely assembled and wired as feasible to require a minimum of installation work.  Equipment shall be adequately protected from damage during shipping and handling.  All damage shall be repaired or replaced by the Contractor with no additional cost to the Government. Equipment should come with at least a 1 year warranty.

    Salient Characteristics for both Pneumatic Tire forklifts (Hyundai 30D-9V) must include the following:

    Mast                                                                                 3 Stage Full Free LH 185” OALH 86”

    Attachment                                                                      Cascade Sideshifter & Fork Positioner kit

    Carriage                                                                           43.4” Hook Carriage with Backrest

    Forks                                                                                48” Pallet Forks 

    Hydraulic Hosing                                                            Internal hosing for 4th valve

    Hydraulic Control Valve                                                4th spool valve with lever

    Hydraulic Levers                                                            Without hydraulic finger tip control

    Overhead Guard                                                              85” High with rain guard

    Tires                                                                                 Single solid drive and steer tires

    Warning Device Light                                                    Amber LED Strobe

    Hi-Mate Telematics                                                        Without Hi-mate system

    Paint                                                                                 Without special color

    Overall width                                                                  Does not exceed 50”

    Overall height                                                                 Does not exceed 88”

    Warranty                                                                          36 months/4,000 hours standard warranty

    Standard Equipment

    Engine:

    67.7HP @ 2,300rpm, EPA / CARB Tier IV Final or equal to

    Powertrain:

    HG Single speed transmission

    HG Drive Axle with Wet disk brakes

    Single solid drive and steer tires

    Hydraulic system:

    Power steering

    4th spool valve and lever

    Levers on hood

    Adjustable steering handle angle

    Electrical system:

    Full Vibrant Color LCD monitor with Load weight indicator

    Back up alarm

    OPSS

    Speed limit

    Anti roll-back

    Auto parking brake

    LED Front lights

    LED Rear combination lights

    Rear handle with horn switch (N/A with Cab)

    OHG and Others:

    86" height OHG with Rain Guard

    Panoramic rear view mirror

    Grammer full suspension seat with orange seat belt

    Salient Characteristics for Steel Non-Telescoping Lift Boom (Vestil LM-1NT-6-24):

    Color / Finish                                                                                                Blue/Yellow

    Capacity (lbs)                                                                                                6000

    Housing Material                                                                                          Steel

    Maximum Length (in)                                                                                  81.5

    Telescoping Boom                                                                                        No

    Hook Quantity                                                                                              2

    Minimum Hook Point (in)                                                                           36

    Maximum Hook Point (in)                                                                           78

    Number of Vertical Adjustment Positions                                                  5

    Fork Pocket - Center to Center (in)                                                             24

    Safety Chains                                                                                                Yes

    Chain Length (in)                                                                                          36

    Manufacturer Warranty                                                                                1 Year

    The anticipated North American Industrial Classification System (NAICS) Code to this acquisition is 333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing, Size Standard- 900 employees.

    SURVEY:

    The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or elimination from the requirement.

    Respondents interested in providing a response to this RFI/Sources Sought should submit information which clearly describes the following: Only contractors capable of supplying this type of procurement should respond to this survey.

    1. Name of your firm, address, points of contact with telephone numbers and e-mail addresses and CAGE code and or Unique Entity  dentifier (UEI)

    2. Are you a Small Business classified under the 333924 NAICS code? If so do you fall into a sub-category (e.g. HubZone, 8(a), DVOSB, WOSB, etc)?

    3. Are you able to manufacture and deliver the described items above and do you have the capacity to perform the work?

    4. Please provide a Statement of Capability stating your skills, experience, and knowledge required to perform the specified type of work. Include a statement detailing any special qualifications and certifications applicable to the scope of this project.

    5. Are you able to provide written approval from the Forklift manufacturer to use the boom pole attachment with the forklift? Additionally, are you able to affix capacity, operation, and maintenance instruction plates, tags, or decals on the Forklift before delivery?

    6. Please describe any recent contracts or experience within the previous 36 months that are similar to this requirement.

    7. If this requirement is advertised, do you anticipate submitting a quote?

    RESPONSES:

    Please submit your response no later than 12:00 PM Central Standard Time on Monday, July 28, 2025 via email to Alison Abernathy and Jori Cox at:

    alison.t.abernathy@usce.army.mil  and jori.l.cox@usace.army.mil

    Key dates

    1. July 22, 2025Posted Date
    2. July 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FORKLIFT AND BOOM POLE PURCHASE FOR FORT LOUDOUN AND PICKWICK LOCK is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.