Electric Scissor Lift
ID: N00174-25-SIMACQ-M3-0017Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the procurement of an Electric Scissor Lift from Incredible Supply & Logistics. The primary requirement is for a JLG Electric Scissor Lift with a platform height of 32 feet and a capacity of 705 pounds, which must meet EE rating-UL Certification standards, as outlined in the attached Statement of Work. This equipment is crucial for the Equipment Repair and Maintenance Branch, ensuring compliance with government procurement guidelines and efficient operations. Interested vendors must submit their capabilities by April 11, 2025, at 10:00 a.m. EST, and should direct inquiries to Erica Sites at erica.l.sites.civ@us.navy.mil or by phone at 301-744-6671.

    Files
    Title
    Posted
    This document outlines the Statement of Work for procuring a JLG Electric Scissor Lift for the Equipment Repair and Maintenance Branch, M32, of the Naval Surface Warfare Center. The main requirement is the acquisition of a scissor lift with a platform height of 32 feet and a capacity of 705 pounds, ensuring it meets EE rating-UL Certification standards. The contract specifies that any conflicts in documentation must be addressed to the Contracting Officer for clarity. Delivery logistics are the contractor's responsibility, requiring notification of any potential schedule delays 30 days in advance. The designated delivery address is provided, along with contact details for the Technical Point of Contact. Overall, this RFP emphasizes compliance with defined specifications, efficient communication, and coordination for the delivery of the required equipment, aligning with government procurement guidelines.
    Lifecycle
    Title
    Type
    Electric Scissor Lift
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    SOLE SOURCE – ELECTRIC LOAD HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the notice type "Justification" and falls under the PSC code 1440, which pertains to launchers for guided missiles. The Electric Load Hoist is critical for operations involving guided missile systems, ensuring efficient handling and deployment. Interested parties can reach out to Dustin Spicer at dustin.l.spicer.civ@us.navy.mil for further details regarding this opportunity.
    Mobile Lifts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of wireless mobile column lifts to be utilized at Fort Leonard Wood, MO. The required lifts must have a lifting capacity of at least 18,000 lbs, a rise height of no less than 70 inches, and a base width of at least 45 inches, along with features such as a 110v onboard charger and linkable controls. These mobile lifts are critical for vehicle maintenance and repair operations, ensuring efficient handling of heavy vehicles. Interested small businesses should reach out to Chris Bryson at chris.n.bryson.civ@army.mil or call 573-596-4219 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    49--LIFT,TRANSMISSION A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the LIFT, TRANSMISSION A (NSN 4910017012394). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military operations. 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 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.
    17--JACK,AIRCRAFT LANDI
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 96 units of the Aircraft Landing Jack (NSN 1R-1730-008542237-SX) from Dutch Valley Supply Co, the sole source Original Equipment Manufacturer. This procurement is critical for maintaining aircraft ground servicing capabilities, as the jack is essential for safe and efficient aircraft operations. Interested parties are encouraged to submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 24, 2025, and a closing date of January 26, 2026. For further inquiries, contact Jason J. Sklencar at jason.j.sklencar.civ@us.navy.mil or by phone at (215) 697-4179.
    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 loading capacity of 450 kg and compliance with Japanese Industrial Standards (JIS) or International Organization for Standardization (ISO) standards. These aerial platforms are critical for various operational tasks within the naval facilities, ensuring safety and efficiency in maintenance and construction activities. Interested vendors should note that the quote due date is December 23, 2025, and must direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further clarification.
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of hoist cylinders. This contract involves the manufacture and supply of hoist cylinders, which are critical components used in various naval applications, ensuring operational efficiency and safety. The solicitation is open until December 31, 2025, and interested vendors must comply with specific quality assurance and inspection requirements, including adherence to military standards and regulations. For further inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS711.CIV@US.NAVY.MIL.
    49--SUPPORT PLATFORM,JA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 11 units of the SUPPORT PLATFORM,JA, identified by NSN 4910015850944. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable supply chains for military operations. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    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.