THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
PURPOSE:
The Government is conducting this RFI/Sources Sought in support of Market Research only to notify and seek potential qualified members of industry to gain knowledge of interest, capabilities and qualifications to include the Small Business Community. No solicitation document is currently available.
SCOPE:
The U.S. Army Corps of Engineers, Nashville District anticipates a requirement for a Firm-Fixed Supply contract for one (2) new Hyundai 30D-9V 6,000 lb. Capacity and (2) Vestil LM-1NT-6-24 Steel Non Telescoping Lift Boom 24 In. One (1) Hyundai 30D-9V forklift and one (1) Vestil LM-1NT-624 Steel non-telescoping life boom will be delivered to Fort Loudoun Lock in Lenoir City, TN and One (1) Hyundai 30D-9V forklift and one (1) Vestil LM-1NT-624 Steel non-telescoping life boom will be delivered to Pickwick Lock and Dam in Counce, TN.
Contractor shall provide all materials, labor, supervision, and quality control necessary to provide (2) New Hyundai 30D-9V 6,000 lb. Capacity - 1-Speed with Hyundai Engine, IC Pneumatic Tire Forklift basic rated capacity @ 24” load center and (2) Vestil LM-1NT-6-24 Steel Non-Telescoping Lift Boom 24 In. Fork Pocket Center 6,000 Lb. Capacity.
Per OSHA regulations, the Vendor will be responsible for obtaining written approval from the Forklift Manufacturer to use this attachment with this Forklift. Capacity, operation, and maintenance instruction plates, tags or decals on the Forklift shall be changed and affixed accordingly by the Vendor before delivery. Contractor shall also provide two (2) copies of the O&M data for the lifts that include manufacture’s help and product line documentation necessary to maintain and inspect equipment. Special notices shall detail impedances, hazards, and safety precautions.
The equipment shall be packed in a manner acceptable to preserve the condition of the equipment as it left the Contractor’s facility. The packaging shall clearly identify the contents and weight of the package. Loose items such as bolts and screws shall be packaged together in a single package. All transportation, delivery, and storage costs shall be included in the quote. Equipment shall be shipped as completely assembled and wired as feasible to require a minimum of installation work. Equipment shall be adequately protected from damage during shipping and handling. All damage shall be repaired or replaced by the Contractor with no additional cost to the Government. Equipment should come with at least a 1 year warranty.
Salient Characteristics for both Pneumatic Tire forklifts (Hyundai 30D-9V) must include the following:
Mast 3 Stage Full Free LH 185” OALH 86”
Attachment Cascade Sideshifter & Fork Positioner kit
Carriage 43.4” Hook Carriage with Backrest
Forks 48” Pallet Forks
Hydraulic Hosing Internal hosing for 4th valve
Hydraulic Control Valve 4th spool valve with lever
Hydraulic Levers Without hydraulic finger tip control
Overhead Guard 85” High with rain guard
Tires Single solid drive and steer tires
Warning Device Light Amber LED Strobe
Hi-Mate Telematics Without Hi-mate system
Paint Without special color
Overall width Does not exceed 50”
Overall height Does not exceed 88”
Warranty 36 months/4,000 hours standard warranty
Standard Equipment
Engine:
67.7HP @ 2,300rpm, EPA / CARB Tier IV Final or equal to
Powertrain:
HG Single speed transmission
HG Drive Axle with Wet disk brakes
Single solid drive and steer tires
Hydraulic system:
Power steering
4th spool valve and lever
Levers on hood
Adjustable steering handle angle
Electrical system:
Full Vibrant Color LCD monitor with Load weight indicator
Back up alarm
OPSS
Speed limit
Anti roll-back
Auto parking brake
LED Front lights
LED Rear combination lights
Rear handle with horn switch (N/A with Cab)
OHG and Others:
86" height OHG with Rain Guard
Panoramic rear view mirror
Grammer full suspension seat with orange seat belt
Salient Characteristics for Steel Non-Telescoping Lift Boom (Vestil LM-1NT-6-24):
Color / Finish Blue/Yellow
Capacity (lbs) 6000
Housing Material Steel
Maximum Length (in) 81.5
Telescoping Boom No
Hook Quantity 2
Minimum Hook Point (in) 36
Maximum Hook Point (in) 78
Number of Vertical Adjustment Positions 5
Fork Pocket - Center to Center (in) 24
Safety Chains Yes
Chain Length (in) 36
Manufacturer Warranty 1 Year
The anticipated North American Industrial Classification System (NAICS) Code to this acquisition is 333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing, Size Standard- 900 employees.
SURVEY:
The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or elimination from the requirement.
Respondents interested in providing a response to this RFI/Sources Sought should submit information which clearly describes the following: Only contractors capable of supplying this type of procurement should respond to this survey.
1. Name of your firm, address, points of contact with telephone numbers and e-mail addresses and CAGE code and or Unique Entity dentifier (UEI)
2. Are you a Small Business classified under the 333924 NAICS code? If so do you fall into a sub-category (e.g. HubZone, 8(a), DVOSB, WOSB, etc)?
3. Are you able to manufacture and deliver the described items above and do you have the capacity to perform the work?
4. Please provide a Statement of Capability stating your skills, experience, and knowledge required to perform the specified type of work. Include a statement detailing any special qualifications and certifications applicable to the scope of this project.
5. Are you able to provide written approval from the Forklift manufacturer to use the boom pole attachment with the forklift? Additionally, are you able to affix capacity, operation, and maintenance instruction plates, tags, or decals on the Forklift before delivery?
6. Please describe any recent contracts or experience within the previous 36 months that are similar to this requirement.
7. If this requirement is advertised, do you anticipate submitting a quote?
RESPONSES:
Please submit your response no later than 12:00 PM Central Standard Time on Monday, July 28, 2025 via email to Alison Abernathy and Jori Cox at:
alison.t.abernathy@usce.army.mil and jori.l.cox@usace.army.mil