Forklift Maintenance and Repair Services - NMFS RACE Net Loft in Seattle, WA
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 National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for Forklift and Electric Street Sweeper Preventative Maintenance and Repair Services at the NMFS RACE Net Loft in Seattle, WA. This acquisition is a Total Small Business Set-Aside. Quotes are due by May 14, 2026.
Scope of Work
The requirement includes non-personal services for seven heavy equipment units (six forklifts and one electric street sweeper). Key services are:
- Preventative Maintenance: Biannual preventative maintenance and safety inspections for all seven units.
- Repairs: As-needed repair services based on Conditions Found Reports (CFRs), including minor consumables. Major repairs will be authorized by the Contracting Officer via separate task orders, requiring a written cost estimate.
Contract Details
- Contract Type: Firm-fixed-price purchase order.
- Period of Performance: A base year (June 1, 2026 - May 30, 2027) with two one-year option periods, for a potential total duration of three years.
- Set-Aside: Total Small Business Set-Aside under NAICS code 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a size standard of $12.5 million.
Submission & Evaluation
- Submission Deadline: Quotes must be submitted electronically via email to jason.jenks@noaa.gov by 1600 EST/EDT on May 14, 2026.
- Required Documents: Signed SF-18 and SF 30 forms, along with the offeror's UEID/CAGE CODE.
- Evaluation Criteria: Award will be based on a best value determination, considering both price and non-price factors. Technical Solution (Approach and Past Performance) will be significantly more important than price.
- Eligibility: Offerors must have an active registration in the System for Award Management (SAM).
Compliance Notes
Bidders must adhere to applicable labor standards, including Wage Determination WD 2015-5535 (for King and Snohomish Counties, WA) and the Service Contract Act (SCA) as outlined in the "Employee Rights on Government Contracts" poster (WH-1313). This includes requirements for minimum wages, fringe benefits, overtime pay, and safety standards.