Forklift Ramps
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, specifically the 92 CONS LGC office, is soliciting proposals for three (3) Forklift Ramps (Mobile Docks) to be delivered to Ceiba, Puerto Rico. This is a 100% Small Business Set-Aside combined synopsis/solicitation for a Firm Fixed-Price contract. The requirement is for items that meet specific salient characteristics. Quotes are due by March 16, 2026, at 10:00 AM Atlantic Standard Time (AST).
Scope of Work
The contractor shall provide three (3) Forklift Mobile Docks, also referred to as Forklift Ramps, designed for continuous forklift traffic. These units must have a minimum load capacity of 30,000 lbs and be configured as two integrated components (approximately 20 ft deck, approximately 20 ft ramp, total not exceeding 40 ft). Key features include an overall width of approximately 95 inches, adjustable deck height (32-56 inches) via mechanical or equivalent means (no power source required), and portability for repositioning on concrete or asphalt surfaces. The ramps must be compatible with standard warehouse forklifts, industrial trucks, trailers, and containers, serving as a mobile loading dock for forklift access between ground level and trailers/containers where no permanent dock exists. Delivery is required no later than 20 days after the date of award.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, FAR Part 13)
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside (NAICS 333924, Size Standard: 900 Employees)
- Place of Performance: Ceiba, Puerto Rico
- FOB: Destination
- Shipping: All shipping costs must be included by the contractor.
- Period of Performance: Delivery specified in days After Date of Contract (ADC), with actual lead time to be provided by the offeror.
Submission & Evaluation
- RFQ Number: FA470426Q7002
- Questions Due: March 13, 2026, 10:00 AM AST
- Quotes Due: March 16, 2026, 10:00 AM AST
- Submission Method: Email to Mikeeli Hanson at mikeeli.hanson.1@us.af.mil
- Evaluation Factors: Price and Technical Capability.
- Quote Validity: Prices must be firm for 60 calendar days from receipt.
- Required Submissions: Product data sheets, technical description of products, and completed FAR 52.212-3, Offeror Representations and Certifications – Commercial Items.
Eligibility & Security
- SAM Registration: All offerors must be registered and active in SAM.gov. Lack of registration will result in ineligibility.
- Contractor Vetting: Contractors performing work at San Juan, Puerto Rico, will undergo vetting via the National Crime Information Center. This requires submission of full name, DOB, SSAN, and photo IDs (driver's license/passport) via an Entry Authority Listing (EAL) to 346 EABS/SF S5 at least three duty days prior to scheduled work.
- Commercial Vehicle Inspection: Vehicles entering the facility will be inspected, including Military Working Dog (MWD) sweeps. Prohibited items include firearms, ammunition, and illicit drugs. Refusal to comply will result in denied access.
Contact Information
- Primary Contact: Mikeeli C. Hanson, mikeeli.hanson.1@us.af.mil, 607-267-9140.
- CVI Procedures Questions: MSgt Noah Hyatt, noah.hyatt@us.af.mil.