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
    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.
    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.
    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
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    Sources Sought for Class-III Liquefied Petroleum Gas (LPG) Forklift
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking potential sources for the procurement of a Class-III Liquefied Petroleum Gas (LPG) Forklift to be delivered to Redstone Arsenal in Huntsville, Alabama. The forklift must meet specific requirements, including a 6,000 lbs. capacity, a maximum fork height reach of at least 10 feet, and various safety features such as headlights, mirrors, and a backup alarm. This procurement is crucial for operational efficiency at the facility, and interested parties are invited to submit white papers detailing their capabilities and product specifications by December 23, 2025. For inquiries, contact Jimmy Creech at jimmy.w.creech.civ@army.mil or call 256-842-5142.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Pit Benck Stock Forklifts parts
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to procure parts for Pit Bench Stock Forklifts through a sole source justification. The procurement is aimed at fulfilling the requirements of purchase order 2031ZA23P00185, which has been awarded to TeamGov, Inc. for these specific parts, highlighting their critical role in maintaining operational efficiency within the bureau's facilities. Interested parties can reach out to Adnan Sillah at adnan.sillah@bep.gov or call 202-874-2634 for further details regarding this opportunity.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.