Skip to content
Department of State

RFQ – Custom Pallet stacker

Solicitation: PR15890635
Notice ID: ba91ccc3a84d4fdc9ee1a05d460ad084
TypeSolicitationNAICS 33392PSC3990Set-AsideNONEDepartmentDepartment of StatePostedApr 02, 2026, 12:00 AM UTCDueApr 20, 2026, 03:00 PM UTCCloses in 10 days

Solicitation from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Pretoria, Gauteng • 0001 South Africa. Response deadline: Apr 20, 2026. Industry: NAICS 33392 • PSC 3990.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$6,804,760,537
Sector total $6,804,760,537 • Share 100.0%
Live
Median
$88,212
P10–P90
$28,176$752,632
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,804,760,537)
Deal sizing
$88,212 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Pretoria, Gauteng • 0001 South Africa
Contracting office
Washington, DC • 20520 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Monica Nagley
Email
nagleym@state.gov
Phone
27648163028
Name
Jenny Kriek
Email
kriekjx@state.gov
Phone
27791114327

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
US EMBASSY PRETORIA
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 33392

Description

RFQ – Custom Pallet stacker

The U.S. Government requests companies with the proficiency and financial means to bid on the supply of a Pallett stacker to the Embassy Pretoria in South Africa

Requirements:

Pallet stacker with the following specifications:

-- Overall height (or Retracted Mast Height) must not exceed 1880mm.

-- Overall width must not exceed 850mm.

-- Load capacity must be at least 1000 kilos.

-- 3000mm minimum lift height.

-- Adjustable Forks preferred (but may not be available in a stacker this size)

-- Power:  Electric

-- Operation mode must be Pedestrian

-- Lithium Ion Battery (with 220v charger)

-- Detailed specifications of the item must be included in the quotation

A site visit can be arranged for inspection of the facility, in order to refine the requirement.

All interested parties must sent their request for the site visit to:

pretoria_quotations@state.gov  &  kriekjx@state.gov with reference PR15890635.

Please indicate the expected delivery date/lead time on your quote.

If shipping from a location outside the United States and outside of South Africa, door-to-door delivery charges, directly to our warehouse at 30 Gemsbok Street, Koedoespoort, Pretoria, South Africa 0186 must be included. (You will be provided with a Certificate A for exemption of local customs duties and taxes if shipping from outside the borders of South Africa)

If shipping from within the US, please include shipping charges to our freight forwarders in North Brunswick, New Jersey.

If shipping within South Africa please include your delivery charge, if applicable.

Closing date and time for receiving your quote is by C.O.B. 20 April 2026 (kindly be advised that NO late quotes will be accepted).  Please indicate when sending your quote if you have stock.  If not please provide the estimated lead time to receive stock. 

U.S Government Payment terms:

Note that NO DEPOSIT payments will be authorized.

The Embassy issues only fixed priced contracts; therefore, you must confirm that your prices will remain fixed.  The US Embassy will make no provision for fluctuations in price or exchange rates after the order has been placed.  If your price is dependent on these fluctuations, you MUST make provision for possible increases in your quoted price. 

Available Payment methods:

EFT – Payment will be made within 30 calendar days after delivery of goods and/or services AND receipt of invoice, whichever is later.

Kindly be advised that as a Diplomatic Mission we represent the U.S. Government and are unable to sign any legal documents, including credit applications and T’s & C’s.  By submitting a quote, you waiver any such requirement.

The attached FAR and DOSAR clauses attached form part of this contract.

  • All parties must be registered in System for award management. www.sam.gov. Instructions are attached.
  • Please provide your Unique ID once you are registered in SAM.
  • Please complete the attached NDAA form and return with the tender.

U.S. National Defense Authorization Act (NDAA) Section 889(a)(1)(B)

The US Government’s Federal Acquisition Regulation (FAR) has been updated with new clauses and provisions, per the National Defense Authorization Act (NDAA) Section 889(a)(1)(B), that impact the U.S. Government entering new or extending current contracts, purchase orders, task/delivery orders, purchase card orders, petty cash purchases, Blanket Purchase Agreement or any other acquisition method. These newly introduced FAR clauses will have impact on any acquisition made by the U.S. Government no matter the acquisition value.

We kindly request you to read FAR clause 52.204-25 (PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)) carefully and complete the following FAR Provision 52.204-24 (REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)) and 52.204-26 (COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (DEC 2019)) on the enclosed form.

Additional information about covered telecommunication equipment or services you may find in FAR subpart 4.21 on the following internet site: https://www.acquisition.gov/content/part-4-administrative-and-information-matters#id19899A00RSK

There are several terms and phrases in Section 889 with which you must be familiar.  These are described in 52.204.25(a).

Exclusions are described in clause 52.204.25(c). Complete page 1 and tick the applicable boxes on pages 2 and 4.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.