FORKLIFT
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 Department of the Interior, Bureau of Land Management (BLM), Oregon State Office, is soliciting proposals for the procurement of one (1) gas/lpg forklift for the Roseburg District Office in Roseburg, Oregon. This is a Total Small Business Set-Aside opportunity. The forklift is required for warehouse operations and must meet specific technical specifications. Offers are due by February 6, 2026, at 2:00 PM PT.
Scope of Work
This solicitation requires the delivery of one (1) gas/lpg forklift within ninety (90) days from the time of award. Key technical specifications include:
- Lift Capacity: Minimum 5,500 lbs.
- Mast Dimensions: Extended height 179.7 inches (4565 mm), lowered height 85.3 inches (2165 mm).
- Powertrain: Gasoline/LP fuel, powershift transmission, max operating pressure 2275 psi, max flow rate 21 gpm, hydraulic/mechanical brake.
- Battery: 12V / 35 Ah, 5-hour rating.
- Operator Features: Dual pedal inch/brake, rear drive handle with horn, overhead cab guard, directional control lever, integral spinner knob, backup audible alarm, amber LED strobe, 2 front/2 rear work lights, side shift with fork adjustment, full suspension vinyl seat.
- Tires & Wheels: Pneumatic, front 28 x 9-15-12PR, rear 6.50-10-10PR.
- Forks: 48-inch Class II hook type standard tapered forks, with a 38.5-inch Class II hook type integral side-shifting positioner and a 48-inch high load backrest extension.
- Mast Tilt: 6 degrees forward / 11 degrees backward.
- Lighting & Alarms: Audible horn (reverse activated), amber strobe light, 2 front/2 rear work lights.
Contract & Timeline
- Contract Type: Firm Fixed Price Commercial Supply Contract.
- Period of Performance: February 6, 2026, to May 11, 2026 (for Item 00010).
- Set-Aside: Total Small Business (100%).
- NAICS Code: 333924, with a size standard of 900 employees.
- Offer Due Date: February 6, 2026, 2:00 PM PT.
- Published Date: January 29, 2026.
Submission & Evaluation
- Submission Method: Offers must be submitted via email to
blm_or_so_952_mail@blm.gov. - Evaluation: Offers will be evaluated based on price and other factors to determine the most advantageous proposal to the Government.
- Questions Due: February 3, 2026, 10:00 AM PT.
Additional Notes
The solicitation incorporates various FAR clauses by reference and in full text. Payment will be processed through the Invoice Processing Platform (IPP), and past performance evaluations will be conducted using CPARS.