Opportunity
SAM #N0017426Q1041
Procurement of Two Diesel Forklifts for NSWC Indian Head Division
Buyer
NSWC Indian Head
Posted
April 09, 2026
Respond By
April 23, 2026
Identifier
N0017426Q1041
NAICS
333998, 423860
The Naval Surface Warfare Center Indian Head Division (NSWC IHD), under the Department of the Navy, is seeking to procure two diesel-powered forklifts for use at its Indian Head, Maryland facility. - Government Buyer: - Department of the Navy, Naval Surface Warfare Center Indian Head Division (NSWC IHD), Contracting Office - Products/Services Requested: - Two (2) diesel-powered forklifts - Minimum 10,000 lbs lifting capacity - 185-inch mast height - Side shift capability and fork positioner - Pneumatic tires, audible reverse alarm, side view mirrors, driver horn - Two sets of forks per forklift (72" and 48" lengths) - Preferred features: rain cover, work lights, engine block heater, fire extinguisher, weight scale - Unique/Notable Requirements: - Must comply with OSHA safety regulations and Voluntary Protection Program standards - Strict delivery deadline within six months of order, no later than required date - Place of Performance/Delivery: - NSWC Indian Head Division, Indian Head, Maryland - No specific OEMs or brands are mandated; the solicitation is open to all qualified small business manufacturers meeting the technical specifications.
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for FORKLIFTS. This solicitation will be competed as a Total Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017426Q1041 . The NAICS code is 333998 the business size standard is 700. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Evaluation Factors (in order of importance)
Technical – Quotes must reflect the required specifications included in the RFQ. Price – Quotes must include all applicable costs.
Questions/clarification regarding this solicitation must be submitted via email to francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil by Thursday, 30 April 2026, 8:00 AM EST. All responses will be provide COB Thursday, 30 April 2026.
Quote packages are due by Thursday 30 April 2026 , 8:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to Francine.l.keys.civ@us.navy.mil, contain a cover sheet that provides the following information:
1. Official Company Name;
2. Point of contact including name and phone number; and
3. DUNS number and Cage Code.
The Points of Contact for this acquisition is: Francine.l.keys.civ@us.navy.mil