Search Contract Opportunities

DLA Disposition Services Pearl Harbor 4k Propane Forklift   2

ID: SP451025Q1011 • Type: Synopsis Solicitation • Match:  85%
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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 6, 2025, 10:15 a.m. EST

Amendment 01

This amendment is issued to provide answers to questions received. Please refer to attachment, Amendment 01 Questions and Answers.

================================================================================================

DLA Disposition Services Pearl Harbor

Propane 4k Forklift

SP4510-25-Q-1011

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. This is for a single award without options. 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 Friday, January 10, 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 and brandon.awkerman@dla.mil no later than Friday, January 10, 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 0001 specifications for each offered equipment item, fully demonstrating the equipment meets the required specifications in the attachment and price includes required familiarization training and shipping charges.

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, December 23, 2024 at 3:00 PM Eastern Time to james.isola@dla.mil and brandon.awkerman@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.

52.203-19 Prohibition on Requiring Certain Internal Confidentiality

Agreements or Statements JAN 2017

52.204-7 System for Award Management OCT 2018

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

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021

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 MAY 2024

52.216-18 Ordering AUG 2020

52.216-19 Order Limitations OCT 1995

52.216-20 Definite Quantity OCT 1995

52.216-21 Requirements OCT 1995

52.216-21 Requirements--Alternate I APR 1984

52.219-6 Notice of Total Small Business Set-Aside NOV 2020

52.219-28 Post-Award Small Business Program Re-representation MAR 2023

52.222-1 Notice to the Government of Labor Disputes FEB 1997

52.222-3 Convict Labor June 2003

52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2024

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

52.222-21 Prohibition of Segregated Facilities APR 2015

52.222-22 Previous Contracts and Compliance Reports FEB 1999

52.222-25 Affirmative Action Compliance APR 1984

52.222-26 Equal Opportunity SEP 2016

52.222-50 Combating Trafficking in Persons NOV 2021

52.223-21 Foams MAY 2024

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

52.227-1 Authorization and Consent JUN 2020

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

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

52.252-5 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

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 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

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024

252.225-7001 Buy American and Balance of Payments Program--Basic FEB 2024

252.225-7012 Preference for Certain Domestic Commodities APR 2022

252.225-7048 Export-Controlled Items JUN 2013

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

252.232-7003 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

252.232-7011 Payments in Support of Emergencies and Contingency Operations MAY 2013

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

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

Posted: Dec. 11, 2024, 1:44 p.m. EST
Background
The Defense Logistics Agency (DLA) Disposition Services is responsible for the disposal of Department of Defense (DoD) excess and surplus personal property. This contract aims to acquire a new 4K Forklift for the DLA DS Site in Pearl Harbor, Hawaii, to support their mission of reutilizing and disposing of military property.

The procurement is funded through DLA Installation Management, which oversees various field sites worldwide.

Work Details
The contractor is required to deliver a Sit-Down Open Cab Solid Tire 4K Propane (LPG) Forklift with the following specifications:
- Lifting capacity: 4,000 lbs
- Open cab design
- 60-inch forks
- Hydraulic fork positioner
- Hydraulic side shifter
- Propane (LPG) engine
- Visible amber strobe light mounted on overhead guard
- Audible reverse alarm
- Work lights: two front and one rear
- Brake/tail and back-up lights
- Safety mirrors and safety belt
- Solid rubber tires
- Technical manuals: one digital and one hard copy
- Mounted fire extinguisher.

The contractor must ensure delivery includes unloading, assembly if required, and an inspection with USG personnel to verify compliance with specifications. The equipment must be operational within ten business days after delivery, which should occur during normal government working days.

Period of Performance
Delivery of the forklift must occur within six months from the receipt of the Task Order. The contracting officer may extend this period under extenuating circumstances.

Place of Performance
The forklift will be delivered to the DLA Disposition Services site located in Pearl Harbor, Hawaii.

Overview

Response Deadline
Jan. 10, 2025, 3:00 p.m. EST Past Due
Posted
Dec. 11, 2024, 1:44 p.m. EST (updated: Jan. 6, 2025, 10:15 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Honolulu, HI 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
Est. Value Range
Experimental
$20,000 - $50,000 (AI estimate)
Signs of Shaping
90% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 12/11/24 DLA Disposition Services issued Synopsis Solicitation SP451025Q1011 for DLA Disposition Services Pearl Harbor 4k Propane Forklift due 1/10/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333924 (SBA Size Standard 900 Employees) and PSC 3930.
Primary Contact
Name
James Isola   Profile
Phone
None

Secondary Contact

Name
Brandon Awkerman   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Bryar Courneya Profile bryar.courneya@dla.mil None

Documents

Posted documents for Synopsis Solicitation SP451025Q1011

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SP451025Q1011

Award Notifications

Agency published notification of awards for Synopsis Solicitation SP451025Q1011

Contract Awards

Prime contracts awarded through Synopsis Solicitation SP451025Q1011

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation SP451025Q1011

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP451025Q1011

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP451025Q1011

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
Jan. 26, 2025
Last Updated By
james.isola@dla.mil
Archive Date
Jan. 25, 2025