DDJF FORKLIFT DIAGNOSTIC AND REPAIR
SOL #: SP330026Q0045Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA DISTRIBUTION
NEW CUMBERLAND, PA, 17070-5008, United States
Place of Performance
Jacksonville, FL
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 12, 2026
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 4, 2026, 6:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Distribution has issued a Combined Synopsis/Solicitation (RFQ SP3300-26-Q-0045) for forklift diagnostic and repair services in Jacksonville, FL. This opportunity is a Total Small Business Set-aside and requires a diagnostic of a Landoll Swing Mast Forklift (Model# SL40AC; Serial# 20248359) followed by necessary repairs to restore its operational status. Proposals are due March 4, 2026, at 1:00 PM EST.
Scope of Work
- Provide a comprehensive diagnostic of the specified forklift.
- Perform all necessary repairs to ensure the forklift is fully operational.
- Furnish all required labor, equipment, tools, materials, replacement parts, transportation, transportation permits, and supervision.
Contract Details
- Contract Type: Hybrid Firm-Fixed Priced (FFP) / Time & Materials (T&M) purchase order.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a size standard of $12.5 million.
- Period of Performance: Delivery of services is required within 60 days After Receipt of Order (ARO).
- Estimated Value: The attached pricing sheet estimates a yearly total of $20,000, including $0 for diagnostics, $7,500 for corrective maintenance (estimated 7500 hours at $1.0/hr), and $12,500 for replacement parts (reimbursed for actual costs).
- Place of Performance: Jacksonville, FL 32212.
Submission & Evaluation
- Submission Method: Electronic submissions via email to brian.keckler@dla.mil only. Facsimile and hard copy submissions will not be accepted.
- Closing Response Date: March 04, 2026, 1:00 PM EST.
- Evaluation Criteria: Award will be made on an "all or none" basis to the responsive, responsible Offeror whose proposal is most advantageous to the Government, utilizing the Lowest Technically Acceptable Price (LTAP) process. Evaluation will assess Technical Capability and Past Performance (both acceptable/unacceptable), followed by the lowest overall price.
- Set-Aside: This is a 100% Small Business Set-aside.
Additional Notes
- Offerors must ensure their Representations and Certifications are current within the System for Award Management (SAM).
- Payment will be processed through the Wide Area WorkFlow (WAWF) system.
- A U.S. Department of Labor Wage Determination (No. 2015-4539, Revision No. 29) is applicable for the Florida counties of Baker, Clay, Duval, Nassau, and Saint Johns. Bidders must factor these minimum wage rates and fringe benefits into their pricing proposals to ensure compliance with the Service Contract Act.
- Requirements for Controlled Unclassified Information (CUI) marking on submissions are detailed.
People
Points of Contact
Brian KecklerPRIMARY
Files
Files
No files attached to this opportunity