CONUS 6k Forklift IDIQ
ID: SP451025Q1020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified vendors to provide new 6K forklifts under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement includes various models, such as diesel and propane options, with specific requirements for lifting capacity, hydraulic features, and safety mechanisms, all aimed at enhancing logistics management for surplus military property. The contract will be structured with a Base Period and two Option Periods, with delivery expected within six months of task order issuance, and quotes must be submitted by April 30, 2025, to James Isola at james.isola@dla.mil. Interested parties should ensure compliance with all federal regulations and provide detailed specifications to demonstrate technical acceptability.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 3:04 PM UTC
The document outlines a price schedule for the acquisition of 6K Diesel Forklifts under various Contract Line Item Numbers (CLIN) for a federal government project. It includes pricing and quantities for three distinct periods: the Base Period and two Option Periods, each lasting 12 months. The Base Period consists of various models, including a Sit-Down Enclosed Cab and Open Cab, but lists all extended prices as $0.00, summing up to a base total of $0.00. Similar entries are made for Option Periods 1 and 2, which also contain multiple models with all extended prices recorded at $0.00, resulting in total option costs of $0.00 each. The document appears to be a preliminary pricing structure or a placeholder indicating yet-to-be-determined costs for potential government procurement of forklifts, with no financial commitments outlined. The repetitive mention of unit estimates implies further details about propane models which are not fully listed. Overall, the purpose of the document is to establish a framework for potential future procurement of forklifts, necessary for federal operations, while demonstrating clear costs which are currently unspecified.
Mar 31, 2025, 3:04 PM UTC
The Statement of Work (SOW) outlines procurement for new 6K forklifts by the Defense Logistics Agency (DLA) Disposition Services (DS) in the Continental United States (CONUS). The project involves acquiring various models, including diesel and propane options with specific salient characteristics, such as lifting capacity, hydraulic features, safety mechanisms, and operational equipment. The contract is structured as a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) agreement lasting up to three years, requiring delivery within six months of a task order. Responsibilities regarding equipment delivery, warranty, and compliance with safety and environmental regulations are specified, including spill responsibility protocols. The contractor must handle the complete delivery process, including setup and inspections with DLA personnel. Invoicing will be managed through the WAWF system, ensuring adherence to federal guidelines. The SOW emphasizes new equipment acquisition and compliance standards, underscoring DLA's mission to responsibly manage surplus military property through effective logistics management.
Lifecycle
Title
Type
CONUS 6k Forklift IDIQ
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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 an enclosed cab, along with potential familiarization training. Interested contractors must submit their quotes by email to James Isola at james.isola@dla.mil, with a deadline to be determined, and ensure compliance with all applicable regulations and guidelines. The evaluation will be based on a Lowest-Price Technically Acceptable basis, and all submissions must include detailed specifications and pricing as outlined in the attached documents.
CONUS 4k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) Disposition Services is seeking qualified vendors to provide 4K forklifts through a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement includes various models of forklifts, both diesel and electric, with specific requirements for safety features, delivery timelines, and training services, all aimed at supporting the disposal of Department of Defense excess property. This opportunity is particularly significant as it is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the government's commitment to supporting small businesses. Interested parties must submit their quotes via email to James Isola by 3:00 PM Eastern Time on April 18, 2025, and are encouraged to review the attached documents for detailed specifications and requirements.
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.
FORKLIFT PARTS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified small businesses to provide LiftKing forklift parts under a firm fixed-price supply contract. This procurement is set aside for small businesses that are authorized distributors or resellers of the LiftKing brand, emphasizing compliance with government procurement regulations and the necessity for registration with the System for Award Management (SAM). The contract is crucial for maintaining operational efficiency within the Navy's logistics framework, ensuring the availability of essential equipment. Interested parties must submit their quotations by April 18, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil.
ELECTRIC SCISSOR LIFT
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an Electric Scissor Lift through a Combined Synopsis/Solicitation. The required specifications include a hydraulic front-wheel drive system, a minimum platform height of 3 feet, a maximum width of 46 inches, and a working height of at least 19 feet, among other detailed requirements such as a 700-pound platform weight capacity and a 12-month unlimited hours warranty. This equipment is essential for various operational tasks at Fort Drum, New York, ensuring efficiency and safety in lifting operations. Interested vendors should contact Carrie Lawton at carrie.l.lawton.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further details, with a delivery timeline of 60 days after receipt of order.
Cylinder Assembly
Buyer not available
The Defense Logistics Agency (DLA) is soliciting bids for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of Cylinder Assembly, Actuating, specifically identified by NSN 2590-01-231-2973. This contract is restricted to approved sources or distributors, with a minimum guaranteed quantity of 36 units and a maximum of 900 units over the contract period, emphasizing the importance of compliance with military packaging and inspection standards. The goods are critical components for military vehicles, ensuring operational readiness and effectiveness. Interested vendors must submit their proposals electronically by May 7, 2025, and can direct inquiries to Jon Machacek at jon.machacek@dla.mil or by phone at 586-467-1179.
Electric Forklift
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals from service-disabled veteran-owned small businesses for the procurement of an electric forklift. This forklift is intended to replace an aging model at the NIST Physical Measurements Laboratory in Gaithersburg, Maryland, and is essential for the installation and removal of devices used in force calibration testing. The new equipment must meet specific technical specifications, including a minimum lift capacity of 2,500 lbs and appropriate dimensions for the lab environment, ensuring enhanced safety and efficiency in calibration services. Quotations are due by April 15, 2025, and must be submitted electronically, with further details available from primary contact Tracy Retterer at tracy.retterer@nist.gov or secondary contact Forest Crumpler at forest.crumpler@nist.gov.
W--ELECTRIC FORKLIFT RENTAL
Buyer not available
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.
Boom Lift
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 60-foot articulated boom lift, essential for maintenance operations around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The required equipment must meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This procurement is part of ongoing modernization efforts to enhance military logistics and operational readiness. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and can contact Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further inquiries.
Cylinder Assembly, Actuating
Buyer not available
The Defense Logistics Agency (DLA) is soliciting offers for the procurement of Cylinder Assembly, Actuating, under solicitation number SPRDL1-24-R-0116. This opportunity involves a Five-Year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum guaranteed quantity of 84 units and a maximum quantity of 2,188 units, emphasizing the need for military-grade specifications in packaging and delivery. The assemblies are critical components for military vehicles, ensuring operational readiness and reliability. Interested contractors must submit their proposals electronically via the SAM.gov website by the extended deadline of May 5, 2025, at 3:00 PM EST, and can contact Donald Merkle at donald.merkle@dla.mil or 586-335-8436 for further information.