DDJF FORKLIFT DIAGNOSTIC AND REPAIR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 is soliciting proposals for forklift diagnostic and repair services for a Landoll Swing Mast Forklift at Jacksonville, FL. This is a Total Small Business Set-Aside under a Combined Synopsis/Solicitation. Proposals are due March 11, 2026, at 1:00 PM EST.
Scope of Work
This opportunity requires contractors to provide a diagnostic of a forklift and perform all necessary repairs to make it operational. The scope includes providing all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, and supervision. The specific forklift is a Landoll Swing Mast Forklift (Model# SL40AC; Serial# 20248359).
Contract Details
- Type: Hybrid Firm-Fixed Priced (FFP) / Time & Materials (T&M) purchase order.
- Period of Performance: Delivery of services is required within 60 days After Receipt of Order (ARO).
- Set-Aside: 100% Small Business Set-aside (FAR 19.5).
- Estimated Value: The NAICS code 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) has a size standard of $12.5 million. The Schedule of Services attachment provides an estimated yearly total of $20,000.0, including a $0.0 diagnostic fee, $7,500.0 for corrective maintenance (estimated 7500 hours at $1.0/hr), and $12,500.0 for replacement parts (reimbursed for actual costs).
Submission & Evaluation
- Submission Method: Electronic via email to brian.keckler@dla.mil. Facsimile and hard copy submissions will not be accepted.
- Closing Response Date: March 11, 2026, at 1:00 PM EST.
- Evaluation Criteria: Award will be made on an "all or none" basis to the responsive, responsible Offeror whose offer is most advantageous to the Government, utilizing the Lowest Technically Acceptable Price (LTAP) process. Evaluation will first assess Technical Capability and Past Performance (acceptable/unacceptable), followed by the lowest overall price.
Additional Notes
Offerors must complete Representations and Certifications within the System for Award Management (SAM). Payment will be processed through the Wide Area WorkFlow (WAWF) system. Submissions must adhere to Controlled Unclassified Information (CUI) marking requirements. Bidders must also factor in the U.S. Department of Labor Wage Determination (No. 2015-4539, Revision No. 29) for the Service Contract Act, which specifies minimum wage rates and fringe benefits for the geographic area of Florida Counties of Baker, Clay, Duval, Nassau, Saint Johns. This includes health & welfare benefits ($5.55/hr or $5.09/hr for EO 13706), paid sick leave (EO 13706), and a minimum wage of $13.30/hr (EO 13658).