Search Contract Opportunities

CONUS 6k Forklift IDIQ   2

ID: SP451025Q1020 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 15, 2025, 9:39 a.m. EDT

Amendment 01

This amendment is issued to add familiarization training requirements to the Statement of Work for each model of forklift and to answer questions related to the solicitation. An updated Statement of Work and Price Schedule has been attached to this solicitation. Attachment 3 is added to have vendors sign the SF30-Solicitation Amendment to acknowledge the updated familiarization training requirements in the SOW and vendors are required to submit this SF30 with their proposals. Failure to submit the signed SF 30 (attachment 3) with proposals will result in bids being disqualified. Attachment 4 is added to provide answers relating to the solicitation.The updated SOW, SF30, and Questions & Answers attachments can be found under the Attachments/Links section.

------------------------------------------------------------------------------------------------------------------------

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. We will be using FAR subpart 13.5 procedures for this solicitation. This procurement is a HUBZone set-aside under NAICS 811310 with a size standard of 900 employees. This is for an IDIQ contract with a Base Period and (2) Option Periods. The required equipment is per the attached specifications in the Statement of Work provided, including its delivery timeframes. The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.

Quotes are to be received no later than 3:00 p.m. Eastern Standard U.S. Time on Wednesday, April 30, 2025, via email only to the designated Contracting Officer.

See Attachment for the Bid Schedule and Specifications/Additional Terms.

All quotes shall be in U.S. Dollars

All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, State and Local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site point of contact (POC). Deliveries must be performed during normal installation work hours which are available from the POC, excluding Federal holidays.

INSTRUCTIONS TO OFFERORS:

Submit quotes by email to james.isola@dla.mil no later than Wednesday, April 30, 2025, at 3:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:

1) The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.

2) Complete listing of CLIN specifications for each equipment offered item, fully demonstrating the equipment meets the required specifications in the attachment.

3) Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

Any solicitation questions shall be submitted no later than Monday, April 14, 2025 at 3:00 PM Eastern Time to james.isola@dla.mil. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline.

EVALUATION:

Quotations will be evaluated on a Lowest-Price Technically Acceptable basis. Award will be made to the firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors' provided technical submittals meeting or exceeding salient characteristics.

FAR 52.212-1 (Instructions to Offerors -- Commercial) (Sep 2023)

  • Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the Statement of Work.
  • Offerors shall state the place of manufacture/country of origin of the equipment they are quoting for this solicitation. (See 252.225-7020 Trade Agreements Certificate Basic)

52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-7 System for Award Management NOV 2024

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13 System for Award Management Maintenance OCT 2018

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.204-17 Ownership or Control of Offeror AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-20 Predecessor of Offeror AUG 2020

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-26 Covered Telecommunications Equipment or Services Representation OCT 2020

52.204-27 Prohibition on a ByteDance Covered Application JUN 2023

52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025

52.209-7 Information Regarding Responsibility Matters OCT 2018

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters OCT 2018

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

52.212-1 Instructions to Offerors Commercial Products and Commercial Services SEP 2023

52.212-2 Evaluation Commercial Products and Commercial Services NOV 2021

52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services MAY 2024

52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services--Alternate I FEB 2024

52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services NOV 2023

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services JAN 2025

52.216-18 Ordering AUG 2020

52.216-19 Order Limitations OCT 1995

52.216-22 Indefinite Quantity OCT 1995

52.217-5 Evaluation of Options JUL 1990

52.217-9 Option to Extend the Term of the Contract MAR 2000

52.219-3 Notice of HUBZone Set-Aside or Sole Source Award OCT 2022

52.219-8 Utilization of Small Business Concerns JAN 2025

52.219-14 Limitations on Subcontracting OCT 2022

52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025

52.222-3 Convict Labor June 2003

52.222-19 Child Labor Cooperation with Authorities and Remedies JAN 2025

52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020

52.222-35 Equal Opportunity for Veterans (Jun 2020)

52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)

52.222-37 Employment Reports on Veterans (Jun 2020)

52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010

52.222-50 Combating Trafficking in Persons NOV 2021

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016

52.223-23 Sustainable Products and Services MAY 2024

52.225-13 Restrictions on Certain Foreign Purchases FEB 2021

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024

52.229-11 Tax on Certain Foreign Procurements Notice and Representation JUN 2020

52.229-12 Tax on Certain Foreign Procurements FEB 2021

52.232-33 Payment by Electronic Funds Transfer System for Award Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.233-3 Protest after Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Foreign Entities NOV 2024

52.252-5 Authorized Deviations in Provisions NOV 2020

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022

252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7003 Control of Government Personnel Work Product APR 1992

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023

252.211-7003 Item Unique Identification and Valuation JAN 2023

252.215-7008 Only One Offer DEC 2022

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7012 Preference for Certain Domestic Commodities APR 2022

252.225-7020 Trade Agreements Certificate--Basic NOV 2014

252.225-7021 Trade Agreements--Basic FEB 2024

252.225-7048 Export-Controlled Items JUN 2013

252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten MAY 2024

252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation JUN 2023

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023

252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns JAN 2023

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023

252.232-7010 Levies on Contract Payments DEC 2006

252.243-7002 Requests for Equitable Adjustment DEC 2022

252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023

252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024

DLAD Procurement Notes:

DLAD 5452.233-9001 DISPUTES AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016)

L06 Agency Protests (DEC 2016)

L09 Reverse Auction (OCT 2016)

Posted: March 31, 2025, 10:53 a.m. EDT
Background
The Defense Logistics Agency (DLA) Installation Management is responsible for providing services related to the disposal of excess and surplus personal property generated by the Department of Defense (DoD). This contract aims to acquire new 6K Forklifts for DLA Disposition Services (DS) sites located in the Continental United States (CONUS). The procurement is funded through DLA Installation Management, with a focus on ensuring compliance with federal, state, and local laws during contractor performance.

Work Details
The contract includes the following items to be delivered:

1. **CLIN 0001** - Sit-Down Enclosed Cab Solid Tire 6K Diesel Forklift w/48” Forks:
- 6,000 lb. lifting capacity
- Hydraulic fork positioner
- Diesel engine
- Enclosed cab with heater and air conditioner
- Safety features including audible reverse alarm and safety mirrors

2. **CLIN 0002** - Sit-Down Open Cab Solid Tire 6K Diesel Forklift w/48” Forks:
- Similar specifications as CLIN 0001 but with an open cab design.

3. **CLIN 0003** - Sit-Down Enclosed Cab Solid Tire 6K Diesel Forklift w/72” Forks:
- Similar specifications as CLIN 0001 but with 72” forks.

4. **CLIN 0006** - Sit-Down Open Cab Solid Tire 6K Propane (LPG) Forklift w/48” Forks:
- Propane engine instead of diesel.

5. **CLIN 0007** - Sit-Down Enclosed Cab Solid Tire 6K Propane (LPG) Forklift w/48” Forks:
- Similar specifications as CLIN 0006 but with an enclosed cab design.

All equipment must be new; remanufactured or gray market items are not permitted. Delivery must occur within six months of receiving a Task Order, and the contractor is responsible for ensuring that all equipment meets specified salient characteristics upon delivery.

Place of Performance
The delivery locations are various DLA Disposition Services sites within the Continental United States (CONUS).

Overview

Response Deadline
April 30, 2025, 3:00 p.m. EDT Past Due
Posted
March 31, 2025, 10:53 a.m. EDT (updated: April 15, 2025, 9:39 a.m. EDT)
Set Aside
HUBZone (HZC)
Place of Performance
United States
Source

Current SBA Size Standard
900 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
90% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 3/31/25 DLA Disposition Services issued Synopsis Solicitation SP451025Q1020 for CONUS 6k Forklift IDIQ due 4/30/25. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 333924 (SBA Size Standard 900 Employees) and PSC 3930.

NATO Stock Number

Details for NSN 7540011529070

NSN
NIIN
011529070
Standard Unit Price (DLA)
$13,900.00

Approved Suppliers
Primary Contact
Name
James Isola   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation SP451025Q1020

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SP451025Q1020

Award Notifications

Agency published notification of awards for Synopsis Solicitation SP451025Q1020

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SP451025Q1020

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP451025Q1020

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP451025Q1020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISPOSITION SERVICES > DLA DISPOSITION SERVICES - EBS
FPDS Organization Code
97AS-SP4510
Source Organization Code
500045726
Last Updated
May 16, 2025
Last Updated By
james.isola@dla.mil
Archive Date
May 15, 2025