W--ELECTRIC FORKLIFT RENTAL
ID: 140L3725Q0057Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the rental of a Class 1 LPG forklift for the National Seed Warehouse System located in Boise, Idaho. The contract will be for an initial term of 12 months, with an option for extension, and requires the forklift to have a minimum lift capacity of 2,400 lbs, suitable for both indoor and limited outdoor use, while adhering to specific safety and performance standards. This procurement is crucial for the BLM's operations, ensuring the availability of necessary equipment while promoting small business participation under NAICS code 532490. Interested vendors must submit their proposals electronically by April 17, 2025, and can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.

Point(s) of Contact
Barker, Diane
(208) 387-5544
(208) 387-5915
dbarker@blm.gov
Files
Title
Posted
This document outlines the Request for Proposal (RFP) specifications for leasing a Class 1 LPG forklift for the Boise Regional Seed Warehouse. The lease is initially for 12 months with an option for extension, emphasizing performance standards required for the equipment. Key requirements include a minimum lift capacity of 2,400 lbs, specific aisle clearance, and capabilities for both indoor and limited outdoor use. Safety features such as overhead guards, alarms, and lights are also mandated. Bids will be evaluated based on best value, with preference for small businesses classified under NAICS 532412. Contractors must provide references and prove equipment compliance with specifications. The document further outlines the need for electronic invoicing and various federal contract clauses that apply, ensuring both compliance and accountability. This RFP highlights government diligence in procuring necessary equipment while supporting small business participation and maintaining safety standards in operations.
Apr 11, 2025, 9:11 PM UTC
The document serves as an amendment to solicitation 140L3725Q0057, detailing modifications related to the requirement for leasing or renting a forklift. The amendment changes the specification from an electric to an LPG (liquefied petroleum gas) forklift rental for a 12-month term with possible extension. Key updates include a shift in the bidding due date from April 9, 2025, to April 17, 2025, and a change in submission time from 9:00 AM to 10:00 AM. Contractors must be registered in the System for Award Management (SAM) and provide their SAM number in their bid. Additional procedural requirements are outlined for submitting acknowledgments of the amendment, which must be received by the specified deadline. The change also affects performance dates, with the start date now set for ten days after award, and includes revisions on equipment rental descriptions, along with firm fixed monthly rental price quotations. This amendment emphasizes compliance with procurement procedures and highlights the Bureau of Land Management's (BLM) commitment to securing necessary equipment for operations while ensuring contractor qualifications are met.
Apr 11, 2025, 9:11 PM UTC
The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) for leasing a standard electric forklift for the National Seed Warehouse System in Boise, Idaho. The contract will be for a duration of 12 months, with an option to extend. Vendors bidding must be registered in the System for Award Management (SAM) and provide their unique identification number. Key criteria for the forklift include a minimum lift capacity of 2,400 lbs, suitability for operation indoors and occasionally outdoors, and specific design features to meet warehouse space constraints. The evaluation for proposals will prioritize price, past performance, and small business status, with an emphasis on compliance with federal regulations, including various provisions of the Federal Acquisition Regulation (FAR). Bidders must submit proposals electronically and may be evaluated based on the best value to the government, with a preference for small businesses under the applicable NAICS code. The inclusion of safety features and regular invoicing through the government’s electronic platform are also emphasized. This RFP reflects the BLM’s commitment to acquiring necessary equipment while supporting small businesses and adhering to procurement regulations.
Lifecycle
Title
Type
ELECTRIC FORKLIFT RENTAL
Currently viewing
Solicitation
Similar Opportunities
UTV Winnemucca - Wilder
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for a new utility task vehicle (UTV) side by side (SXS) to support fire operations in remote areas, specifically through solicitation number 140L3925Q0039. The UTV must accommodate six passengers, feature a 70 hp gasoline engine, and possess 4WD capabilities, along with a robust design that includes a Roll Over Protection System (ROPS), significant payload and towing capacities, and all-terrain tires. This procurement is crucial for enhancing operational efficiency and safety in fire suppression and management missions, reflecting the BLM's commitment to effective environmental management. Proposals are due by 11:59 PM on May 7, 2025, with delivery expected by June 1, 2025, and interested parties can contact Matthew Bernard at mbernard@blm.gov or 775-861-6420 for further information.
CONUS 36k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 36K Diesel Forklifts through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period and two option periods. The procurement aims to support the disposal of excess Department of Defense (DoD) property across the Continental United States (CONUS), requiring forklifts with a lifting capacity of 36,000 lbs, safety features, and enclosed cabs, along with potential familiarization training. Interested contractors must submit their quotes by May 8, 2025, at 3:00 PM Eastern Time, and are encouraged to direct any questions to the primary contact, James Isola, at James.Isola@dla.mil. The contract is set aside for small businesses under NAICS code 333924, with a focus on ensuring compliance with all applicable regulations and guidelines.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
N--NIFC 440-BAC FURNITURE
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking to procure new modular furniture and installation services for the National Interagency Fire Center (NIFC) located in Boise, Idaho. The procurement aims to provide furniture that fits the specific layout of communication and power poles as outlined in the building construction documents, ensuring compatibility with existing government-owned modular furniture components. This acquisition, valued at approximately $204,537.54, is intended to be negotiated with MillerKnoll Inc. as the sole source, supported by a Justification for Other than Full and Open Competition. Interested parties must submit their qualifications by 5 PM Eastern on May 6, 2025, to the Contracting Officer, Casey Gean Boyd, at cmboyd@blm.gov.
J--E3441 Engine Replace, Vale, OR
Buyer not available
The Bureau of Land Management (BLM) is seeking contractors to replace the engine of a Type 4 Fire Engine, specifically Engine 3441, located in Vale, Oregon. The procurement involves supplying necessary parts, including a remanufactured MAXXFORCE DT engine, and labor to restore the vehicle to operational readiness following significant damage. This initiative is crucial for maintaining the BLM's firefighting capabilities and ensuring compliance with safety and environmental standards. Proposals are due by April 24, 2025, with the contract performance period running from April 29, 2025, to June 30, 2025. Interested parties can contact Rachel Jones at rmjones@blm.gov or call 503-808-6068 for further details.
Purchase Compact Track Loader for Devils Tower Nat
Buyer not available
The Department of the Interior, through the National Park Service, is seeking to procure a compact track loader for use at Devils Tower National Monument. The procurement specifically calls for a Bobcat T550 or a comparable unit, equipped with multiple attachments and meeting essential specifications such as a minimum 66-horsepower diesel engine and various safety standards, including ROPS and FOPS certifications. This equipment is crucial for maintaining the park's infrastructure and operational capabilities. Interested vendors must submit their quotations by April 28, 2025, and can direct inquiries to Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199. The contract will be awarded on a firm fixed price basis, adhering to a total small business set-aside as per federal guidelines.
SEED EXTRACTION & PROCESSING 2025
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide seed extraction and processing services for two seed orchards in Oregon, specifically the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard. The procurement aims to secure services for extracting, processing, and delivering seeds from conifer cones to meet reforestation standards, with a focus on maintaining quality during extraction and adaptability to environmental changes affecting cone quality and quantity. This contract is vital for supporting reforestation efforts and ensuring the availability of high-quality seeds for future planting. Quotes are due by May 10, 2025, with the contract period of performance running from September 1, 2025, to May 31, 2026. Interested parties can contact Shane Mundt at smundt@blm.gov or by phone at 406-594-9282 for further information.
6,000 POUND FORKLIFTS AND SERVICE
Buyer not available
Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.
X--RV SPACE RENTALS
Buyer not available
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with JON & MARYN INVESTMENTS, LLC for the rental of two RV spaces to accommodate BLM-owned mobile homes for temporary quarters for firefighters. This procurement is essential for providing adequate housing during fire response operations, ensuring that personnel have necessary accommodations while on duty. The estimated value of this acquisition is less than $70,000, and it is set aside for small businesses under NAICS code 721211. Interested parties who believe they can meet the requirements are encouraged to contact Traci Thaler at tthaler@blm.gov by April 30, 2025, to express their interest and provide evidence of their capability.