Production Support: Forklift Drivers
ID: N4215826RS005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The Norfolk Naval Shipyard (NNSY) requires contract support for Forklift and Forklift/Aerial Lift Operators, including supervisory and management roles. This Statement of Work outlines general requirements, manning levels, and specific duties for each position, emphasizing compliance with NNSY technical documents and safety regulations. Key aspects include personnel qualifications, mandatory training, access authorization procedures (Yellow Badging), and adherence to federal, state, and local environmental and safety laws. The contract also details coordination processes with government representatives, reporting requirements for attendance and injuries, and compliance with various federal regulations and NAVSEA standards. The period of performance is from January 5, 2026, to March 31, 2026, with an option for April 1, 2026, to June 30, 2026, requiring personnel to work NNSY's standard shifts and potentially overtime. Contractors must manage personnel assignments, training, and disciplinary actions, ensuring a qualified and supervised workforce.
    The document is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for a federal government contract, likely an RFP, focusing on personnel management for an IKE Forklift Driver position. It details the requirements for a Contractor's Personnel Roster, including an On-boarding and Training Tracker and Replacement Personnel. The authority for this data item is PWS Paras 5.6 & 5.7, with the requiring office being NNSY C900R and C452. The roster will be submitted electronically in EXCEL format to the NNSY COR/TPOC. The first submission is due one week after the contract award, with subsequent weekly submissions until 100% manning is achieved and as personnel are replaced. The last submission is upon completion of the Task Order. Distribution is authorized to U.S. Government agencies and their contractors, with other requests referred to the Norfolk Naval Shipyard.
    This government file, a Contract Data Requirements List (CDRL) Form DD 1423-1, outlines the requirements for a Certification Data Report related to IKE Forklift Driver qualifications. The purpose is to ensure personnel meet specific trade and qualification standards, particularly for the Norfolk Naval Shipyard (NNSY). The report, titled "QUALIFICATIONS/ TRAINING RECORD," will detail employee names, trades, qualifications, and their expiration dates. Submissions are required electronically, with the first due two weeks before the task order starts, and subsequent weekly submissions until 100% manning is achieved or as personnel replacements occur. Distribution is restricted to U.S. Government agencies and their contractors. This CDRL is crucial for maintaining qualified personnel for government contracts, ensuring compliance and operational readiness within the specified timeframe.
    This government file is a Contract Data Requirements List (CDRL) for an IKE Forklift Driver position, requiring weekly time sheets and attendance reports. The document, identified as A003, outlines the authority, contract reference (PWS Para Section 6), and requiring offices (NNSY C900R, C400, C452). Submissions are to be made electronically in EXCEL format to the NNSY COR/TPOC. The first submission is due on the first business day after the Saturday of the work week, with subsequent submissions as required due to personnel replacement. Distribution is restricted to U.S. Government agencies and their contractors. The contact information for the NNSY COR, ACOR, Contracting Officer, and TPOC will be determined at contract award. This CDRL ensures consistent reporting for personnel management within a federal contract.
    This Contract Data Requirements List (CDRL) outlines the requirements for a "FUNDS AND MAN-HOURS EXPENDITURE REPORT" and a "MAN-HOUR STATUS REPORT WITH METRICS" for an IKE Forklift Driver contract. The reports, designated as Data Item A004, are required monthly and as requested, with the first submission due the first week of the month following the Task Order start. Subsequent submissions are due every 35 calendar days or within seven days after the end of each calendar month. The reports must be submitted electronically in EXCEL format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors. The document also specifies contact information for NNSY representatives, to be determined at contract award.
    This government file is a Contract Data Requirements List (CDRL) for the submission of a Certification Data Report related to "SHIPYARD MANDATORY ANNUAL TRAINING RECORDS" for an "IKE Forklift Driver." The document specifies that the report is designated as data item A005 and is required per PWS Paragraphs 4.1 and 5.7. It outlines the distribution as "C," meaning authorized to U.S. Government agencies and their contractors, with other requests referred to the Norfolk Naval Shipyard (NNSY). Submissions must be electronic in Excel format to the NNSY COR/TPOC. The first submission is due by 12 noon on the Thursday prior to onboarding, and subsequent submissions follow the same schedule until 100% manning is achieved or personnel are replaced. The last submission is upon task order completion. Contact information for NNSY representatives will be determined at contract award. The document emphasizes compliance with information collection burdens and directs completed forms to the Government Issuing Contracting Officer.
    This government file is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for a training program titled "IKE Forklift Driver" and "SYLLABUS TRAINING PLAN/RECORDS." The document specifies that the estimated public reporting burden for this information collection is 110 hours per response. Key details include the requirement for electronic submission of reports in EXCEL format to the NNSY COR/TPOC, with the first submission due by noon on the Thursday prior to onboarding. Subsequent submissions are required weekly until 100% manning is achieved or personnel replacements occur. The document also includes distribution limitations, authorizing access only to U.S. Government agencies and their contractors, with other requests referred to the Norfolk Naval Shipyard. Contact information for NNSY representatives (COR, ACOR, Contracting Officer, TPOC) is listed as "To Be Determined at Contract Award." The document was prepared and approved on September 23, 2025.
    This government file is a Contract Data Requirements List (CDRL) for a federal contract, specifically detailing the requirement for "PERSONNEL RESUMES" and a "PERSONNEL RESUME REPORT" related to an "IKE Forklift Driver" position. The document outlines submission requirements, including frequency (with Task Order proposal and upon personnel replacement), format (electronic PDF), and distribution (to NNSY COR/TPOC with distribution authorized to U.S. Government agencies and their contractors). It specifies the first submission with the Task Order proposal and subsequent weekly submissions until 100% manning is achieved. The CDRL also includes administrative information such as the requiring office (NNSY C900R, C400, C452), contract reference (PWS Para 5.7), and an estimated date of 09/23/2025.
    This government file is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for a federal contract, specifically for a "CONTRACTOR'S PERSONNEL ROSTER MANNING FORECAST" related to IKE Forklift Driver services. The document outlines the data item number (A008), title, and authority (PWS Para 4.1, 5.7, 10). It specifies that the roster/forecast is required weekly, with the first submission due one week prior to the badging event for each contractor employee. The submission must be delivered electronically in Microsoft Excel 2016 or higher format to the designated NNSY representatives. It also includes distribution statements, points of contact to be determined at contract award, and approval signatures. The overall purpose is to standardize and ensure timely submission of contractor personnel data for government oversight.
    Attachment 6, titled "CONTRACTOR'S CURRENT CAPACITY," is a document used in government source selection processes, as indicated by references to FAR 2.101 and 3.104. It requires contractors to detail their current operational capacity by listing all ongoing DoD and commercial jobs, including vessel names, percentage complete, dedicated equipment (in good working condition), and manpower allocation. It also asks about weekend work, shift work (with explanations and number of shifts), and plans to shift manpower/equipment between jobs. Additionally, the attachment requires information on the total number of fully qualified employees and the number of those employees dedicated to the specific requirement for which the contractor is bidding. This attachment is crucial for evaluating a contractor's ability to undertake new projects by assessing their existing commitments and available resources.
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines mandatory security requirements for contractors and subcontractors performing sensitive work at NNSY. This plan ensures the protection of Critical Information (CI), whether classified or unclassified, to prevent exploitation by adversaries. Key aspects include identifying CI, analyzing threats and vulnerabilities, assessing risks, and applying countermeasures. Contractors must adhere to strict guidelines regarding Naval Nuclear Propulsion Information (NNPI), Controlled Unclassified Information (CUI), and the use of portable electronic devices. All personnel must complete Cyber Awareness and OPSEC training. Unauthorized disclosure of CI may lead to contract termination or investigations. The prime contractor is responsible for implementing the plan, ensuring compliance, and protecting personnel identities. This plan is crucial for safeguarding national security and operational integrity at NNSY.
    The provided data details labor costs across various job titles, including Shipwright, Program Manager, Project Manager, and Supervisor, segmented by standard (ST) and overtime (OT) pay rates and hours. The file presents three distinct tables, each summarizing ST Pay Rate, OT Pay Rate, ST Hours, and OT Hours for these roles, culminating in total ST and OT pay. The consistent structure across the tables suggests a potential time-series analysis or a breakdown by different phases or projects. The document's purpose is to track and report labor expenditures, distinguishing between regular and overtime compensation. This type of detailed cost breakdown is crucial for government RFPs, federal grants, or state/local RFPs, where precise labor cost accounting and reporting are often required for budgeting, project evaluation, and compliance. The overall totals indicate significant ST Pay Rates and OT Pay Rates, with specific amounts varying across the different presentations of the data.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidelines for the Norfolk Naval Shipyard (NNSY) Contracting Officer’s Representative (COR), Technical Point of Contact (TPOC), Project Manager (PM), and Cost Monitor (CM) to ensure a contractor meets performance standards for NNSY Production Support Touch Labor. This plan emphasizes a performance-based management approach, focusing on outcomes rather than processes, and leverages the contractor's own Quality Control (QC) program. It details the roles and responsibilities of the KO, COR, CM, PM, and TPOC, outlining their involvement in monitoring contract compliance, cost control, and performance. The QASP also describes surveillance methodologies, including random and 100% inspections, customer feedback mechanisms, and acceptable quality levels. Documentation requirements, the performance management feedback loop, and the analysis of quality assurance assessments are also covered, including reporting and resolution processes for performance issues. Attachment 1, the Performance Requirements Summary, details specific task areas, performance standards, acceptable quality levels, and surveillance methods.
    This government file, Solicitation Number N4215826RS005, is an RFP for Women-Owned Small Businesses (WOSB) to provide forklift and aerial lift operators, along with associated management personnel, for the Norfolk Naval Shipyard. The solicitation outlines the scope of work, including firm-fixed-price services for forklift operators, program managers, project managers, and supervisors, with both base and option line items. The period of performance for the base period is from January 5, 2026, to March 31, 2026, with an option period from April 1, 2026, to June 30, 2026. The document details inspection and acceptance locations, delivery schedules, and incorporates various FAR and DFARS clauses, including those related to small business subcontracting limitations, post-award small business program rerepresentation, and Wide Area WorkFlow (WAWF) payment instructions. The set-aside is for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Women-Owned Small Businesses (WOSB).
    This government file, Wage Determination No. 2015-4341, Revision No. 31, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in specific counties of North Carolina and Virginia. It details two main executive orders: EO 14026, requiring at least $17.75 per hour for contracts entered into or renewed after January 30, 2022, and EO 13658, requiring at least $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not subsequently renewed. The document lists various occupations with corresponding hourly rates and specifies fringe benefits including health and welfare, paid sick leave (under EO 13706), vacation, and eleven paid holidays. It also includes provisions for hazardous pay, uniform allowances, and a conformance process for unlisted job classifications.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    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.
    Forklift Picker
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified vendor to supply and deliver a Noblelift Model OP8.5 Electric Order Picker to Fort Eustis, VA, within a 45-day timeframe. The order picker must meet specific technical requirements, including operating on a 24V lithium battery, having a lift height of at least 16.4 feet, and supporting a total load capacity of no less than 850 lbs, while incorporating essential safety features such as operator presence buttons and emergency lowering switches. This equipment is crucial for efficient warehouse operations, ensuring safe and effective material handling. Interested vendors should contact Jadeane Jones at jadeane.m.jones.civ@army.mil or call 757-878-0410 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Fire Watch/Tank Watch
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to solicit a Firm Fixed Price contract for Fire Watch/Tank Watch Touch Labor Support, aimed at enhancing safety during ship repair operations. This procurement is designated as a 100% total Small-Business Set-Aside, with the applicable NAICS code being 336611, which pertains to Ship Building and Repairing. The contract is expected to commence on May 18, 2026, and run through May 17, 2027, with a potential six-month extension, and the solicitation is anticipated to be available around January 15, 2026. Interested parties can reach out to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil for further information.
    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.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    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.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.