CONUS 4k Forklift IDIQ
ID: SP451025Q1019Type: 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 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 3:08 PM UTC
This document details the amendment of a solicitation for the procurement of forklifts issued by the DLA Disposition Services, with the effective date set for March 28, 2025. Specifically, this is the first amendment to solicitation number SP4510-25-Q-1019, originally dated March 19, 2025. The primary purpose of this amendment is to address inquiries and establish additional safety requirements, notably the inclusion of an Operator’s Overhead Guard for all forklift models. Contractors are required to acknowledge receipt of this amendment prior to the specified deadline to avoid rejection of their offers. This amendment adheres to federal procurement regulations and highlights the importance of safety standards in equipment procurement. The amendment’s structure includes sections that specify the contractor's details, requisition numbers, and instructions for acknowledgment, illustrating a formal process typical in federal RFPs and contract modifications.
Apr 9, 2025, 3:08 PM UTC
This document contains an amendment to a federal Request for Proposal (RFP) regarding delivery locations for specified items. The main focus is to clarify that all deliveries associated with the Statement of Work (SOW) will be made to various sites within the Continental United States (CONUS). Contractors are required to include all packing and shipping charges to Defense Logistics Agency (DLA) Disposition Services sites within the CONUS region in their pricing for each Contract Line Item Number (CLIN). Comprehensive cost integration is emphasized, ensuring that all delivery expenses are encapsulated in the total quoted price for each CLIN. The document provides a reference link for locating DLA Disposition Services sites, reinforcing the requirement for contractors to account for precise delivery logistics when responding to the RFP. Overall, this amendment aims to clarify logistical expectations for contractors participating in the procurement process.
Apr 9, 2025, 3:08 PM UTC
The document outlines amendments with questions and answers regarding equipment specifications for a government Request for Proposal (RFP). Key points include a mandate for a minimum lift height of 10 feet for all units, and a requirement that forklifts must retain a capacity rating of 4,000 pounds regardless of attachments like fork positioners or side shifters, which could lower effective capacity. Additionally, it specifies that safety mirrors are mandatory for stand-up lifts, in accordance with the Statement of Work. This clarifies compliance expectations and safety standards necessary for the procurement of equipment in public sector operations, ensuring that end-user needs are adequately met while aligning with government safety protocols.
Apr 9, 2025, 3:08 PM UTC
This document outlines the Price Schedule for a request for proposals (RFP) concerning the acquisition of 4K forklifts for government use, categorized into three primary periods: Base Period, Option Period 1, and Option Period 2, each lasting twelve months. The schedule includes various types of forklifts, such as sit-down enclosed cab, sit-down open cab, and stand-up open cab models powered by diesel, propane, and electric. Each line item specifies the quantity of forklifts required, with training services available if requested, but the extended prices for all items are currently listed as $0.00. The overall contract total reflects this lack of pricing. The structure of the document indicates a formal procurement process under federal guidelines, emphasizing transparency in governmental contracting practices. Each segment of the schedule suggests expectations for delivery and training, although the absence of monetary amounts signals either placeholder status or pending negotiations. This document serves as a critical framework for stakeholders in the bidding process, establishing the types of machines and services desired by the government while indicating the need for potential vendors to submit competitive pricing.
Mar 19, 2025, 3:06 PM UTC
The Statement of Work (SOW) outlines the procurement process for Defense Logistics Agency (DLA) Disposition Services (DS) concerning 4K forklifts in the Continental United States (CONUS). This contract aims to acquire new forklifts with specific requirements specified in varying Contract Line Item Numbers (CLINs) for diesel, propane (LPG), and electric models, detailing salient characteristics such as load capacity, fork size, engine type, safety features, and necessary manuals. The contract operates under a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) framework with a total duration of three years, including a base period and two optional extensions. Contractors have six months to fulfill delivery requirements, which include training for end users on operation and maintenance. Moreover, the SOW stipulates delivery protocols, warranty requirements, and responsibilities concerning spills and leaks during contract execution. Contractors are mandated to ensure compliance with local POC notifications prior to deliveries, and invoices are processed through the DoD’s Wide Area Workflow (WAWF) system. Overall, the SOW reflects DLA's commitment to modernizing its forklift operations while ensuring efficiency, safety, and adherence to federal guidelines.
Apr 9, 2025, 3:08 PM UTC
The Statement of Work (SOW) outlines the requirements for the procurement of new 4K forklifts by the Defense Logistics Agency (DLA) Disposition Services (DS) in the Continental United States. The procurement, funded by DLA Installation Management, involves various types of forklifts, including diesel and electric models, with specific delivery and warranty terms. The contract is structured as a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity agreement, spanning three years with a minimum order value. Each forklift model must meet defined salient characteristics, such as lifting capacity and safety features. Additionally, the contractor must provide familiarization training and detailed technical manuals upon delivery. The document also outlines responsibilities related to spills and invoicing processes through the Wide Area Workflow (WAWF) system. The goal is to ensure that the DLA operations have the appropriate equipment for disposal of Department of Defense excess property while adhering to safety regulations and timely delivery requirements.
Lifecycle
Title
Type
CONUS 4k 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 6k Forklift IDIQ
Buyer not available
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.
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.
Fork Truck
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a Fork Truck under a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses and falls under the Heavy Duty Truck Manufacturing industry, with a focus on wheeled trucks and truck tractors. The Fork Truck is essential for various military operations, ensuring efficient logistics and material handling. Interested parties can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or call 845-239-8263 for further details regarding the submission process and deadlines.
Lift truck
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lift trucks through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses under the SBA guidelines, focusing on the Heavy Duty Truck Manufacturing industry, with the relevant NAICS code being 336120. Lift trucks are critical for various military operations, facilitating the movement and handling of materials and equipment. Interested parties can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or by phone at 845-239-8263, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the solicitation process.
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.
Heavy-Duty Professional Scanner IDIQs
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for Heavy-Duty Professional Production Scanner Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to acquire approximately 70 heavy-duty scanners along with associated services, including delivery, installation, maintenance, IT security support, and training across approximately 28 locations in the contiguous United States and select non-foreign locations. This initiative is crucial for enhancing document management capabilities within the DLA, ensuring efficient operations and security compliance. Interested vendors must submit their information, including business size and contact details, to the primary contact, David Purvis, by April 11, 2025, at 12:00 PM EST.
45--GARBAGE DISPOSAL MA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three units of garbage disposal machines, identified by NSN 4540016112252. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling government contracts. The goods are essential for waste management within military operations, ensuring efficient disposal processes. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available on the DLA's website, with a delivery timeline of 167 days after order acknowledgment.
Electric Reach Truck
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers capable of providing an electric reach truck and battery charger for the LGRML warehouse at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement aims to enhance Material Handling Equipment (MHE) capabilities, enabling efficient management of a warehouse containing over 12,000 line items valued at more than $150 million, which supports various operational needs for the U.S. Navy. The electric reach truck must meet specific requirements, including a minimum lift capacity of 3,500 lbs., a lift height of at least 190 inches, and a narrow design for maneuverability in tight spaces. Interested vendors are encouraged to respond by April 11, 2025, with their capabilities and relevant business details, noting that funding is not currently available for this procurement and that the government may cancel the solicitation without obligation for reimbursement. For inquiries, contact Noah Whiting at noah.whiting.1@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil.
4 Wheel Electric Forklift
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of a four-wheel electric forklift, specifically a Toyota 8FBCU30 or an equivalent model. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) or Native American small businesses, emphasizing the need for extensive warranty details, service provisions, and an authorized distributor letter from the manufacturer, as third-party offers will not be accepted. The forklift will be utilized at the Fort Yuma Service Unit in Winterhaven, California, and all quotes must be submitted electronically through the Invoice Processing Platform (IPP) by April 18, 2025. Interested vendors can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.