ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Zamboni

DEPT OF DEFENSE F1G2A25120AW01
Response Deadline
Sep 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of one floor Zamboni, as outlined in solicitation number FA460825QC110. The primary objective is to acquire a high-efficiency electric floor cleaning machine that meets specific operational and safety requirements, including UL certification, battery operation, and a cleaning width of at least 40 inches. This equipment is crucial for maintaining cleanliness in facilities, particularly in environments where aircraft fluids and contaminants are present. Interested vendors must submit their quotes by Tuesday, September 16, 2025, at 10:00 AM CDT, and should direct inquiries to 2d Lt Caleb Schuelke at caleb.schuelke.1@us.af.mil or SSgt Alisia Davis at alisia.davis@us.af.mil. Note that funding is not currently available, and the government reserves the right to cancel the solicitation at any time.

Classification Codes

NAICS Code
333310
Commercial and Service Industry Machinery Manufacturing
PSC Code
7910
FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT

Solicitation Documents

4 Files
Attachment 1 - Salient Characteristics.pdf
PDF753 KBSep 12, 2025
AI Summary
This government file, Attachment 2 of FA460825QC076, outlines the salient characteristics for a large floor cleaning machine, likely for a federal government Request for Proposal (RFP). The required machine must be UL Certified, battery-operated with low noise (78 DBA or lower), and have specific dimensions (not to exceed 70"W x 62"H). Key operational specifications include a cleaning width of 40" or greater (without side brush), tank capacities of 75-gal solution and 90-gal recovery, and high-performance brushes (450 RPM cylinder, 275 RPM side brush) with significant scrubbing pressure (500 lbs) and operating speed (5 mph). It must feature a parabolic, retractable, breakaway squeegee, a 200lb capacity dump hopper with a 36" dump height, and 5-micron dust filtration. The machine must be suitable for polished/painted smooth cement and have a minimum 8-hour continuous runtime with a turning radius of 120" or less. Safety features include a breakaway squeegee, corner rollers, tank indicators, low fluid warnings, a retractable seatbelt, reverse alarm, and wheel-mounted controls. Operator comfort is addressed with a cushioned suspension seat and tilt steering. Maintenance requirements include OEM service within 50 miles of Barksdale AFB, built-in diagnostics, tool-less component changes, and comprehensive manuals. On-site OEM setup and operator training, including local service technician contact information, must be quoted separately.
Attachment 2 - Statement of Work Dated 12 April 2025.pdf
PDF806 KBSep 12, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for procuring a high-efficiency electric floor sweeper-scrubber for a 41,202-square-foot facility. The primary goal is to reduce cleaning time from 7-8 hours to 1 hour, addressing tough stains from aircraft fluids, dirt, debris, and animal contaminants on polished cement floors. The scrubber must be UL® certified, battery-powered with an 8-hour runtime, a top speed of 5 MPH, and a low operating noise level (78 dBA or less). Key specifications include a working width of 40 inches (plus a 7-inch side brush), tank capacities of 75 gallons for solution and 90 gallons for recovery, and high brush speeds (450 RPM cylinder, 275 RPM side) with a scrubbing pressure of 500 pounds. It needs a high-capacity dump hopper (200 lbs, 36-inch variable dump height), 5-micron dust filtration, and safety features like a squeegee breakaway system and corner rollers. Operational indicators, a reverse alarm, and a retractable seatbelt are also required. The machine must be durable, maneuverable (120-inch max turn radius), and supported by an OEM service employee within 50 miles of Barksdale, AFB, with factory direct service, built-in diagnostics, and tool-free maintenance for filters, squeegees, and brushes. Training by an OEM employee and a 24-month/1,500-hour factory parts warranty are also mandatory. Points of contact for this procurement are MSgt Mac Farlane, Michael, TSgt Kitchens, Brandon, and TSgt Jackson, Brian.
Amendment 1 - FA460825QC110.pdf
PDF163 KBSep 12, 2025
AI Summary
The Department of the Air Force, 2d Contracting Squadron, issued Amendment 1 to Solicitation FA460825QC110 for a Zamboni. The purpose of this amendment is to re-open the Request for Quotation (RFQ) for an additional five calendar days and to incorporate Attachment 3 – Provisions and Clauses, which was previously omitted due to an upload error. The original RFQ due date of August 22, 2025, has been changed to Tuesday, September 16, 2025, at 10:00 AM CDT. This updated combined synopsis-solicitation supersedes all prior versions. Vendors are encouraged to review the new attachment and make any necessary changes to their offers. For questions, contact 2d Lt Caleb Schuelke.
Attachment 3 - Provisions and Clauses.pdf
PDF245 KBSep 12, 2025
AI Summary
This government Request for Quotation (RFQ) document, FA460825QC110, outlines the provisions, clauses, instructions, and evaluation criteria for vendors. It emphasizes that firms must be registered in the System for Award Management (SAM) database and submit electronic quotes by the specified due date to the Contract Specialist and Contracting Officer. Key instructions for offerors include adherence to FAR Provision 52.212-1, clear identification of exceptions, a 30-day quote validity, FOB Destination shipping, inclusion of SAM UEI and/or CAGE code, and detailed product information. The evaluation criteria, based on FAR Provision 52.212-2, prioritize price, followed by technical acceptability. The document also incorporates numerous FAR and DFARS clauses by reference, covering areas such as prohibitions on certain foreign technologies, small business programs, labor standards, and contract closeout procedures. Additionally, it details Wide Area WorkFlow (WAWF) payment instructions and outlines the role of an Ombudsman for resolving offeror concerns.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 14, 2025
amendedAmendment #1· Description UpdatedAug 18, 2025
amendedAmendment #2Sep 11, 2025
amendedLatest Amendment· Description UpdatedSep 12, 2025
deadlineResponse DeadlineSep 16, 2025
expiryArchive DateOct 1, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4608 2 CONS LGC

Point of Contact

Name
2d Lt Caleb Schuelke

Place of Performance

Fort Johnson, Louisiana, UNITED STATES

Official Sources