Search Contract Opportunities

W91151-25-Q-A007 36K Forklift Rental_NTC 25-06_COMBO_&_PWS   9

ID: W91151 • Type: Synopsis Solicitation

Description

Posted: March 6, 2025, 4:00 p.m. EST

****Amendment 0002****

This solicitation is re-activated and amendded to reflect the following:

1.) Update the PWS with a new period of performance. All changes are highlighted withing the attached PWS labeled

"W91151-25-Q-A007 - 36K Forklift Rental_NTC 25-06_COMBO_&_PWS_Amendment 0002"

---------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment 0001

This solicitation is amendded to reflect the following:

1.) Add an attachement with the questions we received from industry and the answers our customer provided us.

2.) Remove, from page 5 of the PWS, the requirement to submit all offers through the Unison website. SAM.gov and emailing the listed POCs your offer(s) will be the only way to bid.

---------------------------------------------------------------------------------------------------------------------------------------------------------------------

The Contractor shall ensure three (3), 36K Forklifts are delivered with all necessary original equipment parts IAW the operator's manual and this PWS. Take note the two different PoPs and the quantity for each. All parts must be fully functional IAW the operator's manual. The Government reserves the right to vary quantities by +/- 30% due to mission requirements and to make multiple awards to meet said requirements. All vehicles must be operational to withstand multiple terrains similar to that of Ft. Irwin, CA and the National Training Center (NTC). The equipment shall be topped off with diesel fuel upon deliver and the US government shall not be charged for returning the vehicle un-fueled or in early. If the vehicle is turned in early an equitable adjustment will be done by the Contracting Officer for the days used and the contract modified to account for days used only; which will alter the overall price of the contract. All vehicles shall contain a 5lb fire extinguisher. The Government reserves the right to extend or curtail the lease/rental for each vehicle and the COR will notify the Contractor within 24 hours if such a requirement is needed. Equipment is subject to a joint inspection with requiring activity at time of deliver. Point of contact will be provided at time of award. If vehicle becomes inoperative vendor shall exchange vehicle at no additional cost to the Government.

Posted: Feb. 24, 2025, 12:18 a.m. EST
Posted: Feb. 11, 2025, 6:44 p.m. EST
Posted: Feb. 9, 2025, 8:45 p.m. EST
Background
The contract is issued by the U.S. Government for the rental of vehicles to support operations at Ft. Irwin, CA, and the National Training Center (NTC). The goal of the contract is to ensure the availability of operational vehicles that can withstand multiple terrains and meet specific operational requirements.

Work Details
The Contractor shall deliver a specified number of operational vehicles as outlined in the Performance Work Statement (PWS). Each vehicle must have working air conditioning, power windows and locks, and seat 5 passengers. Vehicles must be topped off with diesel fuel upon delivery, and the government will not incur charges for returning vehicles un-fueled or early. If a vehicle is returned early, an equitable adjustment will be made by the Contracting Officer. All vehicles must be in good condition and operational according to the vehicle's manual, come with unlimited miles per day, and include a 5lb fire extinguisher. The Government reserves the right to extend or curtail the lease/rental of each vehicle with notification provided within 24 hours. Vehicles are subject to joint inspection at delivery, and if any vehicle becomes inoperative, the vendor must exchange it at no additional cost to the Government.

Place of Performance
The primary place of performance for this contract is Ft. Irwin, CA.

Overview

Response Deadline
March 8, 2025, 3:00 p.m. EST (original: Feb. 28, 2025, 12:00 p.m. EST) Past Due
Posted
Feb. 9, 2025, 8:45 p.m. EST (updated: March 6, 2025, 4:00 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Fort Irwin, CA 92310 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$36,000 (value based on agency estimated range)
On 2/9/25 MICC Fort Hood issued Synopsis Solicitation W91151 for W91151-25-Q-A007 36K Forklift Rental_NTC 25-06_COMBO_&_PWS due 3/8/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC W099.
Primary Contact
Name
SSG Rob Anderson   Profile
Phone
(520) 944-2651

Secondary Contact

Name
MAJ James T. Sosebee   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Darnyell Parker Profile darnyell.c.parker.civ@army.mil None

Documents

Posted documents for Synopsis Solicitation W91151

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W91151

Award Notifications

Agency published notification of awards for Synopsis Solicitation W91151

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91151

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91151

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91151

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W91151
Source Organization Code
500036836
Last Updated
March 24, 2025
Last Updated By
robert.l.anderson505.mil@army.mil
Archive Date
March 23, 2025