1. Solicitation Number: W911QX25Q0093
2. Title: SMALL BUSINESS SET-ASIDE FOR ONE (1) FORKLIFT
3. Classification Code: 3930
4. NAICS Code: 333924 – INDUSTRIAL TRUCK, TRACTOR, TRAILER, AND STACKER MACHINERY MANUFACTURING
5. Response Date: Five (5) Business Days After Posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
6. Description:
Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
The solicitation number is W911QX25Q0093. This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
For purposes of this acquisition, the associated NAICS code is 333924. The small business size standard is 900 Employees.
Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001 –Forklift - Quantity One (1) Each
• In accordance with all Government minimum requirements for this specific forklift outlined in the Salient Characteristics
Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED “SALIENT CHARACTERISTICS”
Delivery: Delivery is required no later than (NLT) eight (8) months after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination.
Clauses:
I. The provision at FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION FOR OFFERORS
Army Contract Writing System (ACWS) Transition Information for Offerors
a. The Army Contracting Enterprise (ACE) is in the process of deploying new solicitation and contract writing software to Army contracting offices worldwide. Known as the Army Contract Writing System (ACWS), this modern software suite will soon replace most existing Army contract writing systems, including the system used to create and release this Solicitation.
b. During this transition period, Offerors are hereby advised:
1. The Contracting Office may use any combination of contract writing systems to create and release documents related to this solicitation (e.g. solicitation amendments and awards, if any). Due to this:
i. This solicitation may contain different offer submission instructions than other solicitations released by the same Contracting Office (e.g. requiring offer submission via the PIEE Solicitation Module vs. e-mail). Offerors should review all offer submission instructions contained in the solicitation documents and direct any questions or concerns to the Contract Specialist or Contracting Officer.
ii. If the Contracting Office switches contract writing systems prior to award, documents you receive from the Contracting Officer or view on SAM.gov or other forums may appear noticeably different than the initial solicitation or previous solicitations or awards from the same Contracting Office. This is normal and expected.
iii. A change between contract writing systems may cause important information concerning solicitation response (amendments) or accepted terms (awards) to take on different formatting or appear in different parts of later documents issued. Offerors shall review all documents carefully to locate this important information and direct any questions or concerns to the Contract Specialist or Contracting Officer.
2. The Government does not intend to use the transition between contract writing systems to effect any changes to solicitation or award terms and conditions without accompanying document narratives explicitly stating such changes are deliberate and desired. While the Contract Specialist and Contracting Officer will take care to minimize or eliminate any inadvertent changes when adapting to the new contract writing software, you, as the Offeror, may still be the first to spot such errors. Therefore, Offerors shall:
i. Notify the Contracting Officer immediately if any observed changes, removals, or additions affect your award eligibility, violate or alter existing quote/proposal terms, or could affect Contract performance post-award.
ii. Take special care to ensure all fill-in Clauses are populated and remain populated across documents received from the Contracting Office throughout the Solicitation and Award process.
iii. Contact the Contracting Officer listed on the first page of the solicitation or solicitation amendment for guidance if you notice or suspect any inadvertent change has occurred between document issuances.
3. The Contracting Officer will correct problems affecting award documents (if any) via bilateral modification, at no cost to the Contractor. Any such modification will reconcile the award with the latest version of this solicitation reflecting deliberate action by the Contracting Officer (e.g. the first issuance if no amendments, or the latest amendment with accompanying narratives), inclusive of any documented pre-award negotiations or accepted supplemental offer terms.
4. In the unlikely event a network disruption, contract writing system error, or financial system error threatens timely award of the requirement set forth in this solicitation, the Contracting Officer:
i. May elect to use alternative mechanisms to obligate funds and allow work or deliveries to legally begin to the benefit of, and with legal protection for, both parties.
ii. Will incorporate the latest version of this Solicitation into such mechanisms to serve as a framework for contract execution until any such system problems are resolved.
iii. Will ensure any action taken does not conflict with the stated offer evaluation and award methodology of this requirement.
iv. Will issue a complete, properly-formatted award accurately reflecting this requirement and all applicable terms and conditions once systems return to normal.
II. Evaluation Criteria - The specific evaluation criteria to be used are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Technical
Past Performance
Price
III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with their offer.
IV. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE
V. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR CLAUSES
52.203-3 Gratuities (APR 1984)
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns (OCT 2022)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28 Post-Award Small Business Program Rerepresentation (FEB 2024)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (FEB 2024)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50 Combating Trafficking in Persons (NOV 2021)
52.222-54 Employment Eligibility Verification (MAY 2022)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications JUN 2020
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (JUNE 2020)
52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3 Protest after Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.247-34, F.o.b. Destination JAN 1991
DFARS CLAUSES
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls (OCT 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.215-7007 Notice of Intent to Resolicit (JUN 2012)
252.215-7008 Only One Offer (DEC 2022)
252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7001 Buy American and Balance of Payments Program—Basic (FEB 2024)
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)
252.225-7012 Preference for Certain Domestic Commodities (APR 2022)
225.225-7021 Trade Agreements—Basic (FEB 2024)
252.225-7031 Secondary Arab Boycott of Israel (JUN 2005)
252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEC 2022)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)
252.227-7015 Technical Data—Commercial Products and Commercial Services (MAR 2023)
252.227-7037 Validation of Restrictive Markings on Technical Data (JAN 2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023)
252.246-7008 Sources of Electronic Parts (JAN 2023)
252.247-7023 Transportation of Supplies by Sea—Basic (JAN 2023)
VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached “PROVISIONS AND CLAUSES FULL-TEXT ATTACHMENT (FOR COMBO SYNOPSIS-SOLICITATION)” document):
FAR CLAUSES
52.204-7 System for Award Management (NOV 2024)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.227-1 Authorization and Consent (JUN 2020)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
DFARS CLAUSES
252.204-7000 Disclosure of Information (OCT 2016)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
FAR CLAUSES (FULL TEXT)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
• Offerors shall include a completed copy of the provision at FAR 52.204-24 with their offer.
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.252-5 Authorized Deviations in Provisions (NOV 2020)
52.252-6 Authorized Deviations in Clauses (NOV 2020)
DFARS CLAUSES (FULL TEXT)
252.211-7003 Item Unique Identification and Valuation (JAN 2023)
252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)
LOCAL CLAUSES (FULL TEXT)
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERT. (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – APG
ARMY CONTRACT WRITING SYSTEM (ACWS) TRANSITION INFORMATION FOR CONTRACTORS
APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
VII. The following notes apply to this announcement:
CONTRACT FINANCING
In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
NONMANUFACTURER RULE
A Nonmanufacturer Rule (NMR) Individual Waiver Request has been approved by the SBA in accordance with (IAW) 13 CFR 121.1204(b) and FAR 19.505(c)(4). The effect of this waiver is to allow an otherwise qualified small business to supply the item of an other-than-small manufacturer or processor on this intended small business set-aside contract. This waiver of the NMR does not waive other legal requirements applicable to Government procurements, such as the Buy American Act and the Trade Agreements Act.
ADDITIONAL INSTRUCTIONS
In preparing an offer to the Government, please note the following:
1) Government Terms and Conditions will apply to this contract.
a. In the event of a conflict between an offeror/awardee’s terms and conditions and the Government’s terms and conditions outlined in the resultant contract, the Government’s terms and conditions will take precedence and apply.
2) Ensure your quote document is addressed to Contracting Officer Christopher Moy, ACC-APG, Adelphi Contracting Division.
3) Ensure your quote document states NET 30 100% Payment upon final inspection/acceptance by the Government.
4) Ensure your quote document states FOB Destination.
5) Ensure your quote document includes any shipping/handling fees per CLIN.
6) Ensure your quote document specifies delivery NLT seven (7) to eight (8) months ACA to APG, MD.
7) Ensure your quote document includes the CAGE/UEID numbers and corresponding Tax ID number associated with the entity that would be eligible to receive an award for this Government requirement.
8) Ensure your quote document includes a contact POC, phone number, and email address.
9) Ensure your quote document includes the required past performance information outlined in the solicitation.
10) Provide country of manufacture for items proposed in your quote document.
11) Provide address (including 9-digit zip code) from which items proposed in your quote document will be shipped to APG, MD.
12) Does your company accept credit card payments WITHOUT any associated charges/fees?
a. NOTE: PayPal is not accepted by the Government.
Place of Performance: Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005
Set Aside: N/A