Fork Truck Maintenance Services

SOL #: SP700025Q1044Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO-P NEW CUMBERLAND
NEW CUMBERLAND, PA, 17070-5059, United States

Place of Performance

Rock Island, IL

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Special Industry Machinery (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 25, 2026, 3:00 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) is soliciting proposals for Fork Truck Maintenance Services at Rock Island, IL. This Total Small Business Set-Aside opportunity covers preventive maintenance and repair for six DLA-owned fork trucks, including immediate repair of one disabled unit. Proposals are due February 25, 2026.

Scope of Work

The contractor shall provide all labor, tools, equipment, materials, parts, and services for both preventive and corrective maintenance of six (6) DLA fork trucks. This includes quarterly preventive maintenance, unscheduled repairs, and emergency repairs. A critical component is the immediate repair of one currently disabled TCM fork truck (Model FCG25N6, Serial Number 48802042), for which the contractor must verify required repairs and provide a written price quotation prior to performance. All services must comply with applicable Occupational Safety and Health Administration (OSHA), American National Standards Institute (ANSI), and manufacturer standards. Services will primarily be performed at the contractor's facility, with Government delivery and retrieval of the fork trucks.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation
  • Duration: Up to thirty-six (36) months, consisting of one (1) twelve-month base period and up to two (2) twelve-month option periods.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: February 25, 2026, at 3:00 PM EST
  • Published: February 10, 2026

Key Requirements & Performance Standards

  • Preventive Maintenance (PM): To be performed quarterly, consistent with manufacturer recommendations.
  • Service Response: Acknowledge service requests within two (2) business hours.
  • Repair Estimates: Provide written estimate within one (1) business day for unscheduled repairs; contact Government POC within one (1) business hour for emergency repairs.
  • Parts: Use new or remanufactured OEM parts or OEM-authorized equivalent parts.
  • Personnel: Technicians must have a minimum of five (5) years of experience servicing specified fork truck models or equivalents and be eligible for Department of Defense (DoD) facility access.
  • Documentation: Maintain a service log for each fork truck and provide a quarterly summary report.
  • Invoicing: Electronic submission via Wide Area Workflow (WAWF).

Attachments & Instructions

The solicitation includes a Revised PWS (Attachment 1) detailing the scope and performance standards, and a Revised CLIN LIST (Attachment 3) outlining specific services, quantities, and pricing structures (Firm Fixed Price and Time & Materials with NTE ceilings). An amendment (AMEND 0002) revised attachments and extended the solicitation's receipt date. Bidders must use the CLIN list to formulate pricing proposals and acknowledge the amendment.

Contact Information

People

Points of Contact

Patrick D'ArcyPRIMARY
Sarah SeltzerSECONDARY

Files

Files

Download
Download
View
View
View
View

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026