Sources Sought for Diesel-Powered Forklift
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 Naval Surface Warfare Center Indian Head Division (NSWC IHD) is conducting a Sources Sought to identify capable vendors for one (1) custom-built, industrial diesel-powered forklift. This equipment, with required safety modifications, will transport varying items across outdoor roadways at Indian Head, MD. This is for market research only; no award will be made from this notice. Responses are due by March 27, 2026.
Purpose & Scope
NSWC IHD's Manufacturing Department (Code M2) requires a new, custom-built, diesel-powered industrial forklift. The forklift will be utilized for transporting end items of varying size and weight between different facilities across outdoor, level roadways. The contractor shall provide all labor, equipment, materials, transportation, and documentation necessary to deliver a fully operational forklift.
Key technical and performance specifications include:
- Lifting Capacity: Minimum 20,000 lbs
- Mast: 2-stage, maximum 130-inch lift height
- Power Source: Diesel
- Tires: Pneumatic
- Fork Coating: Brass or other non-sparking metal
- Safety Modifications: Required for potentially hazardous environments, including a spark arresting muffler/exhaust, exhaust gas cooler, sealed/enclosed electrical components, non-sparking battery terminals, automatic engine shutdown, protected fuel lines, and surface temperature control for the chassis. Forks must be adaptable to specific bowl lifting ears and channels.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified
- Response Due: March 27, 2026, by 7:00 PM ET
- Published: March 10, 2026
- Place of Performance: Indian Head, MD 20640
- Anticipated Delivery: Within 180 days of Government acceptance (following a potential future contract award).
Submission Requirements
Interested sources should provide:
- Company brochure or list of capabilities
- Product literature
- Organization name, address, point of contact, phone number, fax number, e-mail address
- Business size, Taxpayer Identification Number (TIN), Unique Entity Identifier (UEI), and CAGE Code. Responses must be emailed to Lisa Ludwick (lisa.m.ludwick3.civ@us.navy.mil). Large files should be compressed using WinZip.
Additional Notes
This notice does not constitute a Request for Proposal (RFP) and should not be construed as a commitment by the Government. No questions and answers will be considered at this time; a Q&A opportunity will be provided if a formal RFP is issued.