SCISSOR LIFT
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) Maritime - Puget Sound is soliciting quotes for a SCISSOR LIFT for delivery to Bremerton, WA. This is a Total Small Business Set-Aside opportunity. The acquisition seeks a specific type of scissor lift with detailed characteristics, accepting "brand name or equal" proposals. Quotes are due by May 8, 2026, at 1:00 PM local time.
Scope of Work
This Request for Quote (RFQ) is for the procurement of a SCISSOR LIFT. Key requirements include:
- Specific Features: Self-leveling outriggers, dual slide-out decks, an airline to platform motion alarm, and high flotation foam-filled tires.
- Salient Characteristics: 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, Gradeability (stowed): 40%.
- "Brand Name or Equal": Vendors quoting "equal" products must submit detailed specifications for evaluation; bids without specifications will be considered non-responsive.
- Item Identification: DFARS 252.211-7003 is applicable, requiring DoD unique identification or equivalent.
Contract Details
- Type: Request for Quote (RFQ) leading to a Firm Fixed Price contract.
- Payment: Will be made via Wide Area Work Flow (WAWF).
- Period of Performance: Indicated as November 2025 for WAWF Payment and September 2025 for DLAD Proc Note C02 and C03.
- Place of Performance: Bremerton, WA 98314.
- Inspection & Acceptance: At destination (Puget Sound Naval Shipyard IMF).
- Delivery: Requested by May 8, 2026.
Submission & Evaluation
- Offer Due Date: May 8, 2026, by 1:00 PM local time.
- Submission Method: A signed and completed solicitation must be submitted via email to jack.edwards@dla.mil or fax to 360-476-4121. Electronic submission of quotes is also available through the SAM website.
- Responsiveness Requirements:
- Complete box 17A, read box 28, and sign page 1 boxes 30 a, b, and c.
- Provide CAGE code.
- Quote FOB Destination Bremerton, WA.
- Annotate lead time.
- Annotate manufacturer name and product's country of manufacturing.
- Check applicable boxes in clause 52.204-24 (2)(d) (1) and (2).
- NIST SP 800-171: If required, the awardee must have a current assessment (DFARS 252.204-7019). Commercial Off The Shelf (COTS) items are exempt but must be identified to the contracting officer during the bid period.
- Evaluation: Will be based on price and other factors, with specific evaluation factors detailed in Section M of the solicitation.
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside (FAR 19.5). The NAICS code is 423830 with a size standard of 100 employees.
Additional Notes
Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. Various FAR and DFARS clauses are incorporated.