Closed Solicitation · DEPT OF DEFENSE

    CONUS 15K FORKLIFT IDIQ

    Sol. SP451025Q1038Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BATTLE CREEK, MI
    Closed
    STATUS
    Closed
    closed Jun 30, 2025
    POSTED
    Jun 13, 2025
    Publication date
    NAICS CODE
    333924
    Primary industry classification
    PSC CODE
    3930
    Product & service classification

    AI Summary

    The Department of Defense's Defense Logistics Agency is soliciting bids for a 15K Forklift IDIQ contract, set aside for small businesses under NAICS 333924. An amendment has been issued, removing CLIN 0004 and providing answers to vendor questions. Quotes are due by June 30, 2025, at 2:00 PM EST, via email to the designated Contracting Officer. Bidders must include a completed price schedule and technical specifications for their equipment.

    Contract details

    Solicitation No.
    SP451025Q1038
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    June 13, 2025
    Response Deadline
    June 30, 2025
    NAICS Code
    333924AI guide
    PSC / Class Code
    3930
    Primary Contact
    James Isola
    State
    MI
    ZIP Code
    49037-3092

    Description

    Amendment 1

    Amendment 1 is issued to provide answers to vendor questions and to remove CLIN 0004 from this requirement. An updated Statement of Work, Technical Certification Form, and Price Schedule has been attached to this solicitation. Attachment 4 is added to provide answers to vendor questions related to this solicitation. The updated Statement of Work, Price Schedule, Technical Certification Form and Attachment 4 Questions & Answers can be found under the Attachments/Links section of this solicitation.

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

    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 total small business set-aside under NAICS 333924 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 2:00 p.m. Eastern Standard U.S. Time on Monday, June 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 Monday, June 30, 2025, at 2:00 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 price schedule is attached and responding firms are required to complete and return the price schedule for all line items. 

    2) Vendor shall supply spec sheets that show complete listing of CLIN specifications for each equipment offered item, fully demonstrating the equipment meets the required specifications in the attachment.

    3) All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review.

    4) 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).

    5) The Technical Certification Form must be submitted with the vendors’ bid package to be eligible for award.

    6) 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 Thursday, June 12, 2025 at 2:00 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.

    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

    52.204-13      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 Telecomunications 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 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

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

    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

    52.222-1        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 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

    52.223-23      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

    52.229-11      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)

    Key dates

    1. June 13, 2025Posted Date
    2. June 30, 2025Proposals / Responses Due

    Frequently asked questions

    CONUS 15K FORKLIFT IDIQ is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.