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 Naval Surface Warfare Center Indian Head Division (NSWC IHD) intends to award a Firm Fixed-Price (FFP) purchase order for two 10,000 lbs. capacity forklifts. This acquisition is a Total Small Business Set-Aside and will be conducted using Simplified Acquisition Procedures. Quotes are due by April 23, 2026, at 08:00 AM EST.
Scope of Work
This solicitation (RFQ no. N0017426Q1041) requires the provision of two forklifts, each with a minimum capacity of 10,000 lbs. at a 24" load center. Key specifications include:
- Power: Diesel Powered with DS safety classification.
- Mast: Capable of 185 inches of load height (full capacity to at least 165 inches).
- Features: Side shift capability of at least 59", fork positioner, back tilt of at least 5 degrees, forward tilt of at least 6 degrees.
- Forks: Two sets (72" long standard taper and 48" long standard taper).
- Tires: Pneumatic with dual drive tires.
- Safety: Audible reverse alarm, side view mirrors, and driver horn.
- Preferred Features: Rain cover, front/rear work lights, engine block heater, fire extinguisher, and weight scale.
Contract & Timeline
- Type: Firm Fixed-Price Purchase Order
- Set-Aside: Total Small Business
- NAICS Code: 333998 (Warehouse Truck And Tractors, Self Propelled) with a 700-employee size standard.
- Delivery: Six (6) months after receipt of order to NSWC Indian Head Division, Indian Head, MD 20640.
- Quote Due Date: April 23, 2026, 08:00 AM EST.
- Questions Due Date: April 30, 2026, 8:00 AM EST (responses by COB same day).
- Published Date: March 23, 2026.
Evaluation
Award will be made to the responsible vendor whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Factors, in order of importance, are:
- Technical: Quotes must reflect required specifications.
- Price: Quotes must include all applicable costs. The Government intends to award without discussions but reserves the right to conduct them if necessary.
Submission Requirements
Quote packages must be sent to Francine.l.keys.civ@us.navy.mil and include a cover sheet with:
- Official Company Name
- Point of contact (name and phone number)
- DUNS number and Cage Code Late quotes will not be considered.
Points of Contact
- Contract Specialist (Submission): Francine Keys (francine.l.keys.civ@us.navy.mil, (240)691-7887)
- Technical POC: Zeke Lancaster (ezekiel.b.lancaster2.civ@us.navy.mil, (240) 691-9049)
- Procuring Contracting Officer (PCO): Marlene Ridgell (marlene.l.ridgell.civ@us.navy.mil, (240) 695-4903)