Vertical Lift Module

SOL #: SAM040893Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG CONT CT TYAD OFC
TOBYHANNA, PA, 18466-0000, United States

Place of Performance

Tobyhanna, PA

NAICS

Conveyor and Conveying Equipment Manufacturing (333922)

PSC

Materials Feeders (3915)

Set Aside

No set aside specified

Timeline

1
Posted
May 7, 2026
2
Response Deadline
May 14, 2026, 8:00 PM

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 Army is conducting market research through a Sources Sought notice to identify potential sources for providing and installing a Vertical Lift Module (VLM) at Tobyhanna Army Depot, PA. This requirement is for an automated storage and retrieval system (AS/RS) to enhance high-density storage capabilities. Responses will help determine if the requirement can be set-aside for small businesses or proceed as full and open competition. Responses are due May 14, 2026.

Scope of Work

This requirement involves the supply, installation, operator training, and a two-year warranty for one Vertical Lift Module. The VLM must function as an automated storage and retrieval system for small to medium-sized items, efficiently utilizing vertical space. Key performance specifications include a minimum total unit load of 150,000 lbs, a minimum unit capacity of 140,000 lbs (excluding dead weight), and a maximum tray capacity of 40,000 lbs. The system should have a minimum vertical lifting speed of 120 ft/min and a minimum horizontal extractor speed of 20 in/sec. Physically, the VLM should not exceed 15.14’ W x 10.3’ D x 28’ H and must be capable of storing up to 200,000 small objects (approx. 1.25” L x 0.64” H x 0.25” W, 0.1 oz each) on key-size rings. The contractor is responsible for providing rental equipment for installation, while electrical connections will not be provided by the contractor. The project, including delivery, training, and installation, must be completed within 16 weeks after receipt of order at Tobyhanna Army Depot. A "Brand Name or Equal" reference is provided for a Kardex Shuttle XP Vertical Lift, Model HD-500.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Set-Aside: Not yet determined; potential for small business set-aside or full and open competition.
  • Response Due: May 14, 2026, at 8:00 PM ET
  • Published: May 7, 2026

Submission & Evaluation

This is a market research notice only and not a Request for Proposal (RFP). Responses are voluntary, and no funds are available for preparation. The government will use the information gathered to identify potential sources and determine the appropriate acquisition strategy. Interested parties are responsible for monitoring SAM.gov for any future solicitations.

Site Requirements

Contractor and subcontractor personnel performing on-site work at Tobyhanna Army Depot must undergo background checks and receive approval from TYAD Law Enforcement. Compliance with security standards, including potential vehicle searches and in-processing, is mandatory. Required training includes Antiterrorism (AT) Level I, iWATCH Army Training, and OPSEC Level I. Specific procedures apply to non-resident/non-immigrant aliens. Contractors must submit a roster of all on-site personnel with supporting documentation. Additionally, all work must comply with environmental regulations concerning air pollution, asbestos, waste disposal, recycling, hazardous materials, noise control, water quality, and energy efficiency.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 7, 2026