Electric Tugger
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, under the DEPT OF DEFENSE, is conducting market research through a Sources Sought notice to identify potential sources for a battery-powered electric tugger. This device is required to push, pull, and steer heavy wheel loads up to 100,000 pounds, aiming to eliminate manual handling strain and increase productivity. This is not a solicitation, but for information and planning purposes only. Responses are due May 11, 2026, at 11:00 AM EST.
Purpose & Scope
The government seeks to gauge industry interest, capability, and socio-economic categories of potential sources for this requirement. The electric tugger must be battery-powered and capable of handling loads up to 100,000 pounds. The primary goal is to enhance material handling efficiency and reduce manual labor strain at the 45 CONS PK office in Florida (32925).
Contract & Timeline
- Type: Sources Sought / Market Research (RFI # FA25212526QB082)
- NAICS Code: 333924 (Trucks And Truck Tractors, Wheeled) with a size standard of 900 employees.
- Set-Aside: None specified (market research stage to determine potential set-asides).
- Response Due: May 11, 2026, 11:00 AM EST
- Published: May 5, 2026
Submission Requirements
Respondents must submit a capabilities package in PDF format that includes:
- Demonstration of company capabilities and examples of commercial sales.
- Product specifications for the electric tugger.
- Company business size (annual revenues, employee size) and business status (e.g., 8(a), HUBZone, SDVOSB, WOSB, EDWOSB, small business).
- Indication of whether the respondent is the manufacturer or provides the manufacturer's name and size.
- Disclosure of foreign-owned/controlled status and any contemplated use of foreign national employees.
- Details on anticipated teaming arrangements, delineating work for prime and partners.
- Proof of registration in the System for Award Management (SAM).
Submission Details
- Email: Submit to Cynthia.whittaker@spaceforce.mil and Cierra.hallmon@spaceforce.mil.
- Reference: RFI # FA25212526QB082 in the subject line.
- Note: Telephone responses will not be accepted. Responses are voluntary, will not be returned, and the government will not pay for information provided. This notice does not guarantee any future action or contract award.