SCISSOR LIFT

SOL #: SPMYM226Q7184Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Farm and Garden Machinery and Equipment Merchant Wholesalers (423820)

PSC

Materials Handling Equipment, Nonself Propelled (3920)

Set Aside

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

Timeline

1
Posted
May 7, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
May 8, 2026, 8:00 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) Maritime - Puget Sound is soliciting proposals for SCISSOR LIFTS under a Firm Fixed-Price contract. This acquisition is a Total Small Business Set-Aside and requires delivery to Bremerton, WA. Quotes are due by May 8, 2026.

Scope of Work & Requirements

This solicitation is for a SCISSOR LIFT, specifically referencing the GENIE GS-5390RT as a "Brand Name or Equal" item. Key characteristics include self-leveling outriggers, dual slide-out decks, an airline to platform motion alarm, and high flotation foam-filled tires. Salient characteristics for the GENIE GS-5390RT are: Max Working Height: 59 ft, Max Platform Height: 53 ft, Lift Capacity: 1,500 lbs, Machine Width: 7 ft 8 in, Machine Length (stowed): 16ft, Operating Weight: 16,567 lbs, and Gradeability (stowed): 40%. Offerors proposing "equal" products must submit detailed specifications for evaluation. DFARS 252.211-7003, Item Identification and Valuation, is applicable.

Contract Details

  • Type: Firm Fixed Price
  • Set-Aside: Total Small Business (100%)
  • NAICS: 423830 (Size Standard: 100 employees)
  • Place of Performance/Delivery: Bremerton, WA 98314
  • Payment: Wide Area Work Flow (WAWF)
  • Inspection & Acceptance: At destination (Puget Sound Naval Shipyard IMF)

Submission & Evaluation

To be considered responsive, quotes must be submitted electronically via SAM.gov, email, or fax. Required submission elements include:

  • Completing and returning the solicitation packet.
  • Filling box 17A, signing page 1 boxes 30 a, b, and c.
  • Providing CAGE code.
  • Quoting FOB Destination Bremerton, WA.
  • Annotating lead time.
  • Annotating manufacturer name and country of manufacturing.
  • Checking applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
  • NIST SP 800-171: Awardees are required to have a current assessment (DFARS 252.204-7019) unless the items are Commercial Off The Shelf (COTS). COTS items are exempt but must be identified to the Contracting Officer during the bid period.

Key Dates & Contact

  • Quotes Due: May 8, 2026, by 8:00 PM EDT
  • Published: May 7, 2026
  • Primary Contact: JACK EDWARDS (JACK.EDWARDS@DLA.MIL, 360-813-9577)

Additional Notes

Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. The solicitation includes clauses related to cybersecurity, supply chain security, and hazardous material identification.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: May 7, 2026
View
Version 1Viewing
Solicitation
Posted: May 7, 2026