Boom Lift
ID: FA481425TF036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 60-foot articulated boom lift, essential for maintenance tasks around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The procurement is set aside for 100% Small Business participation and requires the boom lift to meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This acquisition is critical for ensuring operational readiness and safety in aircraft maintenance, reflecting ongoing modernization efforts within military logistics. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and are encouraged to contact Jason Camelo or Melissa Biggar for further information.

Files
Title
Posted
The document outlines a federal request for proposal (RFP) regarding the procurement of a 60-foot articulated boom lift, necessary for maintenance around the rudder of the incoming KC-46 aircraft, which has a rudder height of 59 feet. The current boom lifts only reach up to 45 feet, necessitating the acquisition of a taller model. Specifications highlight the need for a JLG 600AJ or equivalent, detailing essential characteristics such as a diesel engine, various performance capabilities, dimensional data, and specific operational requirements like 4WD and a jib for outreach. Additionally, the RFP indicates the requirement for delivery services within 90 days from the purchase date. This document illustrates the government's need for equipment that meets particular functional standards and performance criteria to ensure safety and efficiency in aircraft maintenance operations, signifying ongoing modernization efforts in military logistics and operational readiness.
Mar 28, 2025, 5:05 PM UTC
The document outlines numerous clauses incorporated by reference for a federal contract, primarily related to the acquisition of commercial products and services. Key topics include requirements regarding the compensation of former Department of Defense (DoD) officials, whistleblower rights, cybersecurity measures, and trade restrictions related to specific countries and regimes. It includes clauses mandating compliance with safeguarding defense information, reporting of assessments, and the Buy American Act. The document delineates terms for payment procedures, including electronic submissions via the Wide Area Workflow (WAWF) system and the conditions for contractor obligations in case of termination or contract disputes. Additionally, it specifies representations required from offerors regarding their business status, particularly concerning small business classification and past legal issues. This document is crucial within the context of government request for proposals (RFPs), ensuring compliance with federal regulations while promoting accountability, ethical practices, and protection of sensitive information. It plays a significant role in structuring the responsibilities of contractors and maintaining government integrity in procurement processes.
Mar 28, 2025, 5:05 PM UTC
Mar 6, 2025, 3:07 PM UTC
The MacDill Air Force Base is issuing a Sources Sought notice under Request for Quotation number FA481425TF036, aimed at gathering information for a requirement to procure a 60 ft boom lift for aircraft maintenance. The government is exploring vendor capabilities as part of a small business set-aside program, identified by the NAICS Code 333921, with a threshold of 1,000 employees. Companies interested in participating must submit a capabilities package that includes their business size, status, and relevant experience, as well as specifications of the product to be supplied. Firms are also required to clarify their manufacturing role, ownership status, and any foreign employee involvement. Responses are due by March 17, 2025, and must be submitted electronically to specified email addresses. All interested parties are advised to register in the System for Award Management (SAM) database, and future acquisition details will be made available through GSA or SAM.gov. This notice serves as an initial step in assessing market interest and capability rather than an immediate request for proposals.
Mar 28, 2025, 5:05 PM UTC
The document is a combined synopsis/solicitation for the purchase and delivery of a 60 ft boom lift at MacDill Air Force Base in Tampa, FL. It is set aside for 100% Small Business participation with an NAICS code of 333923. Interested vendors are invited to submit quotes referencing RFQ number FA481425TF036 by April 14, 2025. Funding is not currently available, and the government can cancel the solicitation without obligation to reimburse expenses incurred by offerors. Evaluations will be based on a Lowest Price Technically Acceptable approach, considering both price and technical capability as articulated in the Statement of Need. Vendors must meet the described technical specifications to qualify, and all submissions must comply with the Federal Acquisition Regulation guidelines. All participating companies must register in the System for Award Management and must submit their quotes to specific email addresses to be considered responsive. The document emphasizes the need for adherence to health and safety regulations during the contract execution. The inclusion of a government-appointed ombudsman is intended to facilitate resolution of any concerns related to the solicitation process.
Mar 6, 2025, 3:07 PM UTC
The document outlines a government request for a 60-foot boom lift needed for maintenance tasks involving the rudder of the incoming KC-46 aircraft. Current equipment is inadequate, as existing boom lifts only reach 45 feet, while the KC-46's rudder height is 59 feet. The specification details the required model as a 60’ Articulated Boom Lift with Jib 4WD/Diesel, emphasizing essential characteristics such as diesel engine specifications, performance capabilities, and dimensional data. Key performance metrics include platform height of 60 ft 7 in, unrestricted platform capacity of 500 lbs, and a turning radius of 17 ft 7 in. The requirement includes delivery of the equipment within 60 days of purchase. This request highlights both the urgency and specificity typical of government RFPs aimed at acquiring essential maintenance equipment for aircraft operations while adhering to safety and operational standards.
Lifecycle
Title
Type
Boom Lift
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Articulated Boom Lifts
Buyer not available
The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, Oklahoma, is seeking quotes for the procurement of three articulated boom lifts, with a preference for the "Genie Z-45/25J DC" model or an equivalent. These lifts are essential for various operational tasks, requiring specific technical characteristics such as a maximum working height of at least 51 feet, a platform width of 6 feet, and electric/battery operation, among others. This procurement is set aside for small businesses under NAICS code 333924, emphasizing the government's commitment to supporting small enterprises while upgrading essential equipment. Interested vendors must submit their quotes by April 11, 2025, and direct any questions to Brittany Mungaven at brittany.mungaven@us.af.mil or Katharine Lewis at katharine.lewis.1@us.af.mil by April 3, 2025.
185 Foot Telescoping Boom Aerial Lift
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals from qualified small businesses for the rental of a 185 Foot Telescoping Boom Aerial Lift for a period of two months. This procurement is set aside for small businesses, particularly those owned by service-disabled veterans, and aims to ensure compliance with various federal regulations, including telecommunications and cybersecurity standards. The solicitation emphasizes the importance of fair contracting practices and requires vendors to submit their representations and certifications electronically via the System for Award Management (SAM). Interested parties must submit their quotes by April 16, 2025, at 2:00 PM local time, and should direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized maintenance stands, including cargo door stands, aileron stands, and beavertail stands, which must comply with stringent safety and operational standards. The procurement is exclusively open to small businesses, with quotes due by April 22, 2025, and all submissions must adhere to the outlined technical specifications and safety regulations. Interested vendors should contact Cory Rainey-Hedrick or Marc J. Kreienbrink for further details and clarification.
Explosion Proof Human Lifts
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide explosion-proof human lifts, including modified Skyjack scissor lifts and JLG boom lifts, for use at various Air Logistics Centers, including Oklahoma City, Ogden, and Warner Robins. The procurement aims to establish a requirements contract for these specialized lifts, which must meet stringent OSHA safety specifications for hazardous environments, ensuring operational safety and compliance in areas where flammable gases may be present. Interested contractors are encouraged to submit documentation detailing their capabilities and experience by April 14, 2025, with no guarantee of future contracts or funding, and should direct inquiries to Lesley Sparks at lesley.sparks@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil.
Electric Slab Scissor Lift Lease
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking quotes for the lease of four electric slab scissor lifts to be utilized at Naval Air Station North Island in San Diego, California. The procurement aims to support personnel in surface preparation tasks for aircraft, with key specifications including a minimum weight capacity of 500 lbs and a platform height of at least 15 feet, all while adhering to OSHA and ANSI safety standards. Interested vendors must submit their quotes by 4:00 PM EDT on April 11, 2025, to be considered, and all submissions should be directed to Sean Quigley via email at sean.s.quigley.civ@us.navy.mil. The contract will be awarded on a firm fixed-price basis, with evaluations based on technical acceptability and price.
Platform / Scissor Lift
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the acquisition of a scissor lift, designed for military use, with a working height between 50 and 62 feet. The lift must feature an extendable platform to facilitate closer access to aircraft, accommodate multiple personnel for inspections and oversight, and meet specific performance criteria, including a minimum weight capacity of 1,000 pounds and robust safety features such as four-wheel drive and brakes. This procurement is part of a total small business set-aside initiative, emphasizing compliance with federal regulations and supporting small businesses, particularly those owned by women or economically disadvantaged individuals. Interested vendors can contact Kathy Sutton at Katherine.sutton.4@us.af.mil or by phone at 586-239-2866 for further details regarding the solicitation.
High Reach Bucket Truck Lease
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to lease a 6x6 100-foot High Reach Bucket Truck for use at Holloman Air Force Base in New Mexico. The lease will cover a base period of 12 months, with the option to extend for four additional 12-month periods, and the vehicle must meet specific operational and safety requirements, including a maximum working height of 104.8 feet and a platform capacity of at least 350 lbs. This procurement is critical for ensuring the Air Force has access to reliable aerial platform vehicles for maintenance and operational tasks, emphasizing safety and compliance with federal regulations. Interested offerors must submit their quotes by April 28, 2025, and are encouraged to direct any inquiries to Cassandra Bengfort at cassandra.bengfort@us.af.mil or Kelly Scott at kelly.scott.8@us.af.mil.
210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
Buyer not available
The Department of Defense, specifically the New Mexico Air National Guard's 210th Red Horse Squadron, is seeking qualified contractors for the diagnostics, repair, and maintenance of six Genie Boom Lifts at Kirtland Air Force Base, New Mexico. The contract will encompass a base year plus four option years, requiring the contractor to perform routine maintenance, diagnose and repair issues, and ensure compliance with military regulations and safety protocols. This service is critical for maintaining operational readiness and functionality of equipment used in military operations. Interested parties must submit their quotations by April 30, 2025, and are encouraged to attend a site visit on April 11, 2025, with pre-registration required. For further inquiries, contact Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil.
16--BOOM,HOIST SUPPORT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two units of NSN 1680015799379, specifically the Boom, Hoist Support. This procurement is set aside for small businesses and aims to deliver the required items to DLA Distribution within specified timelines, with one delivery due in 15 days and the other in 185 days after order. The Boom, Hoist Support is a critical component used in aerospace applications, emphasizing the importance of reliable supply sources for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
CONUS 4k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) Disposition Services is seeking qualified vendors to provide 4K forklifts through a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement includes various models of forklifts, both diesel and electric, with specific requirements for safety features, delivery timelines, and training services, all aimed at supporting the disposal of Department of Defense excess property. This opportunity is particularly significant as it is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the government's commitment to supporting small businesses. Interested parties must submit their quotes via email to James Isola by 3:00 PM Eastern Time on April 18, 2025, and are encouraged to review the attached documents for detailed specifications and requirements.