Boom Lift
ID: FA481425TF036Type: Combined Synopsis/Solicitation
AwardedSep 10, 2025
$118.1K$118,074
AwardeeSYNERGY RENTS, LLC Tampa FL 33610 USA
Award #:FA481425P0060
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
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 60-foot articulated boom lift, essential for maintenance operations around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The required equipment must meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This procurement is part of ongoing modernization efforts to enhance military logistics and operational readiness. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and can contact Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further inquiries.

    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.
    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.
    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.
    The document consists of inquiries related to the specifications for a boom lift outlined in a government Request for Proposal (RFP). It seeks clarification regarding the required engine type, specifically whether a diesel engine (DEUTZ D 2.9L Tier 4 Final 49 hp) or a dual fuel engine (Ford MSG425 84 hp) is preferred. Additionally, it addresses the steering requirements, noting the mention of both two-wheel and optional four-wheel steering in the tender. The response indicates that only two-wheel steering is needed. This document grants essential insight into the specific requirements and expectations for the boom lift as part of the procurement process, highlighting the importance of clear communication in government contracting. Adherence to these specifications is crucial for potential contractors to ensure compliance with the RFP guidelines.
    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.
    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
    Award
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific technical specifications, including dimensions, safety features, and a powered hoist, with direct delivery to Misawa Air Base expected within 45 days after receipt of order. This equipment is crucial for operational efficiency at the airbase, and the solicitation is open to all qualified vendors, with quotes due by December 17, 2025, at 10:00 AM EST. Interested parties should contact Katie Kershaw or Kade Forrester for further details and clarification.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.