35K Forklift Rental
ID: W911RX-26-Q-A004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

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

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Firm Fixed Price contract to rent two outdoor 35K diesel forklifts for use at Fort Riley, Kansas. The contractor will be responsible for delivering, maintaining, and picking up the forklifts, as well as providing operator training for up to ten personnel, with the contract period running from February 5, 2026, to February 4, 2027. This procurement is crucial for supporting deployment and area operations for the 1st Infantry Division, as the organic equipment is currently unavailable. Interested vendors must submit their quotes by 10:00 AM CST on January 16, 2026, and can direct inquiries to Phyllis M. Senn at phyllis.m.senn.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to rent two outdoor 35K (or greater) diesel forklifts for the 1st Infantry Division (1ID) at Fort Riley, KS. The forklifts are needed for deployment/redeployment and area support operations due to the unavailability of the 1ID's organic equipment. The contractor will provide the forklifts, including all necessary maintenance, repairs, and delivery/pickup, for a period from February 5, 2026, to February 4, 2027, with potential option periods. The contract also requires the vendor to provide a comprehensive familiarization training session for up to 10 personnel on the safe operation of the forklifts. Key aspects of the PWS include strict adherence to delivery and pick-up schedules, a 24-hour repair completion timeframe, and various security and personnel requirements, such as background checks and Anti-Terrorism Level I training for contractor employees. The government anticipates awarding a Firm Fixed Price contract, and contractor performance will be evaluated against defined standards in a Quality Assurance Surveillance Plan.
    This document is a Wage Determination outlining minimum wage rates and fringe benefits for service contract employees in Pottawatomie and Riley Counties, Kansas, as of July 8, 2025. It specifies two primary Executive Orders (EO 14026 and EO 13658) that dictate minimum hourly wages based on contract award dates, set at $17.75 and $13.30 respectively for 2025, with annual adjustments. The document details required fringe benefits, including health and welfare contributions ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. It also provides wage rates for numerous occupations across various fields like administrative support, automotive, healthcare, and IT. Special provisions include night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The conformance process for unlisted occupations is also described, requiring contractors to propose classifications and rates for approval by the Wage and Hour Division.
    The RFQ #W911RX-26-Q-A004 solicits proposals for a Firm Fixed Price (FFP) contract to rent two 35K diesel forklifts for Fort Riley, KS. This is a Total Small Business set-aside, requiring vendors to be registered with SAM under NAICS Code 532490 or a similar code with a $40M size standard. The contract includes forklift delivery, pick-up, maintenance, repairs, and operator training for up to 10 personnel. Key dates include questions due by January 12, 2026, and quotes by January 16, 2026, both at 10:00 AM CST. Delivery and pick-up will occur at Building 8320 Wells Street, Fort Riley, KS. The period of performance is from February 5, 2026, to February 4, 2027. Special access requirements for commercial vehicles and drivers are detailed, including background checks and specific entry control points and hours.
    This government file is a Request for Proposal (RFP) for two outdoor diesel forklifts with a minimum lifting capacity of 35,000 pounds. The forklifts must have specific fork dimensions (7.5 FT long, 8 inches wide, with a 7.5 FT spread) and are to be delivered to Building 8320 Wells Street, Fort Riley, KS. The document outlines the quantity, description, and specifications for the forklifts, emphasizing vendor spec submission and customer technical evaluation. Contact information for a Contracting Specialist and Contracting Officer is provided for inquiries. The purpose of this document is to solicit bids from contractors to provide the specified equipment, ensuring compliance with federal procurement guidelines.
    The iWATCH Army Program is a nationwide initiative designed to inform the Fort Riley and Kansas (FRKS) community about suspicious activities or behaviors potentially linked to terrorist activities and to encourage reporting such incidents. Originating from a Department of the Army message in 2010, the program emphasizes both situational awareness and active reporting to military police, local law enforcement, or the installation Antiterrorism Office. The training covers the program's origins, public service announcements, indicators of suspicious activity (e.g., unusual interest in security, inappropriate attire, unattended packages, or unusual purchases), and detailed instructions on what and how to report. Case studies like the planned Seattle MEPS attack and the Fort Dix plot highlight the importance of vigilance. The program directs individuals to resources like Army OneSource and the Fort Riley homepage for reporting and additional antiterrorism information, including local contacts for the Installation Antiterrorism Office. Reports can be submitted anonymously via phone, email, or web page, with processes in place for law enforcement and antiterrorism officials to investigate and share threat information.
    Lifecycle
    Title
    Type
    35K Forklift Rental
    Currently viewing
    Solicitation
    Similar Opportunities
    Standing Rider Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a standing rider forklift, with the solicitation managed by the MICC at Fort Drum. The required forklift must be a Toyota brand, model SR1-HPT50, featuring specific dimensions and capabilities, including a maximum length of 79 inches, width of 46 inches, height of 88 inches, and a minimum lift capacity of 3,000 lbs, with charging requirements compatible with 208v power. This equipment is crucial for material handling operations within military facilities, ensuring efficient logistics and support. Interested small businesses are encouraged to reach out to Ricky Lockner at ricky.j.lockner.civ@army.mil or call 913-684-9803 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide forklifts as outlined in a Combined Synopsis/Solicitation. The procurement requires forklifts with a load capacity of 5,000 lbs, featuring specifications such as pneumatic tires, gas or diesel engines, and specific performance dimensions including lift and lower speeds, turning radius, and mast configurations. These forklifts are essential for operations at Fort Drum, NY, and will support various logistical and operational tasks within the military. Interested parties should contact Robert Leonard at robert.l.leonard111.civ@army.mil or by phone at 706-544-8658 for further details regarding the submission process and requirements.
    : Request for Budgetary Estimate – Lease of Approximately 200 Mixed-Fleet Forklifts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking budgetary estimates for the long-term lease of approximately 200 mixed-fleet forklifts to support material handling operations at the Joint Manufacturing and Technology Center located at Rock Island Arsenal, Illinois. The procurement aims to gather information for planning and budget allocation for the upcoming fiscal year, requiring a flexible fleet that includes a full-service maintenance package covering all preventative maintenance and repairs. The lease is expected to span a 12-month term with options for up to four additional years, and interested vendors should provide detailed pricing structures, maintenance costs, and delivery timelines. For inquiries, contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    Fort Riley Vertical Lift Machines
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the procurement and installation of two Vertical Lift Modules (VLMs) at Fort Riley, Kansas. The contractor will be responsible for providing all necessary supervision, labor, materials, and equipment, including the demolition and disposal of existing machines, with a project timeline of 112-126 days for completion. These VLMs are crucial for efficient material handling and must meet specific ergonomic and safety standards, including a 5-year warranty and compliance with various certifications. Interested firms, particularly small businesses, are encouraged to respond to the Sources Sought Notice by providing relevant company information and experience to SFC Kristoffer Poe and SFC Anthony Cheatwood via email. The anticipated NAICS code for this opportunity is 333922, and it is important to note that this is not a Request for Quote, Bid, or Proposal.
    CTX Boiler Plant Forklift
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking offers for the procurement of a new CLARK S35D or similar 7,000 lb. Diesel Solid Pneumatic forklift for the Central Texas Veterans Health Care System. This acquisition, under solicitation number 36C25726Q0204, is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded as a Firm-Fixed-Price contract to the lowest-priced, technically acceptable offeror. The forklift is essential for operational efficiency within the VA's facilities, and key requirements include specific performance characteristics, a one-year warranty, onsite demonstration, and operator training. Interested parties must submit their offers electronically by January 30, 2026, at 11:00 AM CST, and can contact Contract Specialist Taminie Woodrow at taminie.woodrow@va.gov for further information.
    Fort Riley DFA J&A Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking an extension for the ordering period of a Firm-Fixed-Price (FFP) contract for Dining Facility Attendant (DFA) services at Fort Riley, Kansas. This contract, valued at approximately $4,924,434 over a 12-month period, will support the dining needs of 16,000 Soldiers by providing services across four dining facilities, a kiosk, and a mobile food truck. The extension is projected to commence on March 1, 2023, and will utilize fiscal year 2023 Operations and Maintenance, Army funds. Interested parties can reach out to Katelyn Staats at katelyn.n.staats.civ@army.mil or Ronald Kabat at ronald.l.kabat.civ@army.mil for further information.
    Limited Source Justification (Brand Name)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify a limited source procurement for earth moving and excavating equipment at Fort Riley, Kansas. This opportunity is focused on acquiring brand-name equipment, which is critical for fulfilling specific operational requirements within the military context. The procurement is being managed by the W6QM MICC-FT RILEY office, and interested parties can reach out to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further details. The associated documentation for this justification can be found in the Limited Source Justification FAR Part 8 file.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    RT240 Rough Terrain Container Handler (RTCH) Spare Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking proposals for the procurement of spare components for the RT240 Rough Terrain Container Handler (RTCH). This procurement involves 37 distinct items essential for maintaining the operational readiness of the RTCH fleet, which plays a critical role in handling intermodal freight and various loads. The required components encompass a range of parts, including axle assemblies, hydraulic motors, flow control valves, and electrical infrastructure, among others, to ensure the effective functioning of the RTCH. Interested vendors should note that the estimated due date for proposal submissions is February 13, 2026, and they may contact John P. Moses at john.moses@dla.mil or 385-591-0890 for further information.
    Tractor truck sleeper and trailer 12 month lease
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a twelve-month lease for a tandem-axle sleeper tractor truck and trailer to support the New York Army National Guard's transportation needs. The procurement requires the vendor to deliver one tandem-axle sleeper truck and one 53-foot aluminum low-profile step deck trailer to Rochester, NY, by January 12, 2026, with an expected usage of approximately 4,000 miles per month. This equipment is crucial for the rapid transport of large equipment across multiple locations within New York State. Interested parties must submit their quotes, including proof of liability insurance and a comprehensive maintenance plan, by January 12, 2026, at 9:00 AM EST, to Meghan Sheridan at meghan.a.sheridan.civ@army.mil. Failure to comply with the mandatory requirements may result in disqualification from the bidding process.