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 Department of the Air Force, 366 Contracting Squadron (366 CONS PKP), is conducting market research through a Sources Sought to identify qualified businesses capable of providing a Diesel Powered Forklift for Mountain Home AFB, ID. While designated as a Total Small Business Set-Aside, the government is specifically exploring the viability of a 100% Section 8(a) Set Aside for this potential procurement. Responses are due by April 22, 2026, at 10:00 AM MST.
Scope of Work
This opportunity seeks the procurement of a diesel forklift. The required equipment must adhere to detailed technical specifications outlined in the "MHAFB Forklift Specification Sheet- Draft.pdf". Key requirements include:
- Lift Capacity: Minimum 6,000 pounds.
- Powertrain: Diesel engine with a 110V block heater and glow plugs.
- Mast: Two or three-stage lift with a minimum 12-foot fork height, ensuring an unobstructed driver's view.
- Attachments: Forks capable of 360-degree rotation, a 42-inch wide, Class III, hook-type integral sideshift carriage with a rightline rotator, adjustable 48-inch forks, and a rear vertical steel shank/tow pin with a pintle hook.
- Operator Compartment: Fully enclosed cab with removable doors, windshield with wipers, cab heater, air conditioning, operator fan, mirrors, power assist steering, and a premium adjustable full suspension seat with seat belt.
- Safety & Lighting: LED lights (brake/tail/backup/turn/hazards), front and rear spotlights, and a rear-view camera.
- Warranty: A minimum 12 months / 2,000 hours manufacturer's warranty and 36 months / 6,000 hours powertrain warranty.
- Delivery: Shipping must be included in the quotation, with delivery to 366 CES/CEIE Environmental, Mountain Home AFB, ID, no later than 8 months after the contract date.
Contract & Timeline
- Opportunity Type: Sources Sought (market research only, not a solicitation).
- Set-Aside: The opportunity is designated as a Total Small Business Set-Aside (FAR 19.5). However, the government is specifically exploring the viability of a 100% Section 8(a) Set Aside through this market research.
- NAICS Code: 423830 (Small Business Size Standard: 100 employees).
- Response Due: April 22, 2026, 10:00 AM MST.
- Published Date: April 17, 2026.
Submission & Evaluation
Interested parties must contact Contracting Specialist Katie Sanderson (katie.sanderson@us.af.mil) and Contracting Officer Jaclyn Fish (jaclyn.fish@us.af.mil). Email responses should use the subject line "Sources Sought Response FA489726QC046 - Your Company Name" and include:
- Company and contact information.
- SAM UEI and Cage Code.
- SAM profile and SBA certifications.
- A capabilities statement (maximum 3 pages). Responses will be used to determine the availability, interest, and capability of potential business sources, particularly regarding the feasibility of an 8(a) set-aside.
Additional Notes
This announcement is solely for market research purposes; no solicitation is currently available, and requests for one will not be answered. The information provided is subject to change and is not binding. The government will not reimburse costs incurred for preparing responses.