Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    FORKLIFT

    Sol. 70T05025Q7670N005SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)Springfield, VA
    Closed
    STATUS
    Closed
    closed Sep 12, 2025
    POSTED
    Sep 3, 2025
    Publication date
    NAICS CODE
    336110
    Primary industry classification
    PSC CODE
    2320
    Product & service classification

    AI Summary

    The Department of Homeland Security is soliciting quotes for one brand new 2025 Toyota Model 8FGU32 forklift. This opportunity is set aside for small businesses and requires registration in SAM. Quotes are due by September 12, 2025, at noon Eastern Time.

    Contract details

    Solicitation No.
    70T05025Q7670N005
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 3, 2025
    Response Deadline
    September 12, 2025
    NAICS Code
    336110AI guide
    PSC / Class Code
    2320
    Issuing Office
    MISSION ESSENTIALS
    Primary Contact
    Abigail Atkinson
    State
    VA
    ZIP Code
    20598
    AI Product/Service
    product

    Description

    In accordance with Federal Acquisition Regulation (FAR) 4.1102 quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted.

    1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.

    1. The solicitation number is 70T05025Q7670N005. The solicitation is issued as a request for quotation (RFQ).

    1. All questions must be submitted via email to Abigail Atkinson at Abigail.Atkinson@tsa.dhs.gov no later than September 9th, 2025  at 12:00 pm. (noon) Eastern Time.

    1. All quotes must be submitted to the above email no later than September 12th at 12:00 pm (noon) Eastern Time.

    1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.

    1. This acquisition is issued with a total small business set aside. The associated NAICS code is 336110 with a small business size standard of 1,500 employees.

    1. List of line item numbers and items, quantities, and units of measure: See Attachment.

      1. Description of requirements for the items to be acquired: one (1) Brand name New 2025 Toyota Model 8FGU32 internal combustion lift truck (forklift) with UL Approved Model Type “G/LP” dual fuel system (propane/gasoline), 3-stage FSV mast, 6,500 lb lifting capacity, pneumatic tires, and Active Stability System (SAS).

    1. Delivery, acceptance, and FOB point are at the below address.

    Francis Sullivan

    W J Hughes Tech Center

    BLDG 291M

    Atlantic City Int’l Airport, NJ 08405

    Telephone 609-382-1284

    1. The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision.

    1. The provision at 52.212-2, Evaluation -- Commercial Items does not apply to the solicitation.

    The evaluation procedures to be used are as follows:

    Award will be made using the lowest price technically acceptable (LPTA) selection process. Award may be made on initial quotations. Therefore, each initial quote should contain the quoter's best terms from a technical, all submission requirements and price standpoint. However, the Government reserves the right to contact quoters if it is

    later determined by the contracting officer to be necessary or in the government's best interests. The LPTA process will proceed as follows:

      1. Quotes may be removed from consideration for, but not limited to, the following reasons:

    • Quotes that are not received timely

        • Quotes that fail to follow the instructions in FAR Provision 52.212-1
        • Quotes that fail to submit ALL required documentation/provisions
        • Quotes that have language inconsistent with the terms and conditions set forth in the solicitation

      1. Quotes will be ordered by price from lowest to highest.

      1. The Government will then review Factor 1 of the lowest priced quote. If the review finds that Factor 1 of the lowest priced quote is acceptable, the Government will then evaluate Factor 2 of the lowest priced quote. If the review finds that Factor 2 of the lowest priced quote is acceptable, that quote represents the best value to the Government and the technical evaluation process stops at this point. Contingent upon a subsequent determination of price reasonableness (Factor 3) and of contractor responsibility by the Contracting Officer, an award will be made to that quoter without further consideration of any other quoters.

    If the lowest quote is determined not to be acceptable for any reason, then the next lowest priced quote will receive an evaluation as described above. The process will continue in order by price until a quote from a responsible contractor is determined to be acceptable and priced fairly and reasonably.

      1. USING THIS PROCEDURE, THE GOVERNMENT MAY NOT EVALUATE ALL QUOTES.

    (e) Each Factor will be evaluated as follows:

    Factor 1. Technical Acceptability

    Technical Acceptability will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - Quoter completes the Attachment (1) Technical Compliance Table indicating it Quoted the brand name item specified in the SOW and meets all SOW 2.2 requirements and provides sufficient supporting documentation to show acceptability to the salient characteristics; and submits a completed Attachment (2) Reps and Certs document or indicates compliance with the Reps and Certs statement provided in the table of Attachment (1).

    Unacceptable - Quoter did not complete the Attachment (1) Technical Compliance Table indicating it Quoted the brand name item specified in the SOW and meets all SOW 2.2 requirements and/or did not provide sufficient supporting documentation to show acceptability to the salient characteristics; and/or did not submit a completed Attachment (2) Reps and Certs document or did not indicate compliance with the Reps and Certs statement provided in the table of Attachment (1).

    Factor 2. Price

    The Quoter shall provide a total price for the fork lift that meets all the requirements in SOW 2.2.

    Submission Requirements: All requirements must be received in order to be considered technically acceptable.

    -Completed Pricing schedule: Refer to the attached RFQ Fillable Requirement for structure of pricing schedule

    -Completed Attachment 1 – Technical Compliance Table

    -Completed Attachment 2 – Reps and Certs

    -Supporting documentation to show acceptability to the salient characteristics (specifications sheet)

    -Applicable fill in clauses and provisions located throughout the Combined synopsis and the attached RFQ fillable requirements

    -Subcontractor Agreement if Applicable

    Key dates

    1. September 3, 2025Posted Date
    2. September 12, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FORKLIFT is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. 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.