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
    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
    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.
    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.
    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.
    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.
    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.
    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
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    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 - 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.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    10--DRIVE ASSEMBLY,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the DRIVE ASSEMBLY, ELECTRIC (NSN 1005015520376). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical nature of these components for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    25--DISK,CLUTCH,VEHICUL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 406 units of the DISK, CLUTCH, VEHICUL (NSN 2520012462952). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at supplying critical vehicular equipment components, which are essential for maintaining military vehicle operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and the estimated contract value is capped at $350,000. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with quotes due within the specified timeframe.
    53--DIAL,SCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of DIAL, SCALE (NSN 5355003859189). The requirement includes an estimated quantity of 4 units, with delivery expected within 99 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These items are critical for various applications within military operations and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    25--LADDER,VEHICLE BOAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of a vehicle ladder (NSN 2540015766218) as part of a Combined Synopsis/Solicitation. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year, or until the total orders reach $350,000, with an estimated five orders per year and a guaranteed minimum of two units. The ladders are critical components for military armored vehicles, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.