Skyjack Lift, Travis AFB
ID: FA442725Q1038Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure a Skyjack SJ3219 Electric Scissor Lift. This procurement is fully set aside for small businesses under the NAICS code 333924, emphasizing the importance of technical capability and pricing in the evaluation process. The Skyjack Lift is essential for various operational tasks within the Air Force, ensuring efficiency and safety in material handling. Interested vendors must submit their proposals by March 7, 2025, and are encouraged to contact SrA Estrada Dighiera or Ms. Maekyla Rosendo for further guidance on submission requirements and compliance with federal regulations.

    Files
    Title
    Posted
    The 60th Contracting Squadron at Travis Air Force Base issued a Request for Quotation (RFQ) for a Firm Fixed Price contract to procure a Skyjack Lift, specifically the Skyjack SJ3219 Electric Scissor Lift, as detailed in solicitation number FA442725Q1038. This opportunity is fully set aside for small businesses under the NAICS code 333924, with a response deadline of March 7, 2025. The RFQ emphasizes that submission must comply with various Federal Acquisition Regulations (FAR) and include documentation such as technical specifications, pricing details, and financial capability evidence. Offer evaluations will focus on technical capability and price, allowing the government to choose offers that exceed minimum specifications when deemed beneficial. The solicitation lists specific compliance clauses and offers provisions aimed at ensuring that vendors do not use equipment related to certain telecommunications risks. Interested vendors must be registered in the System for Award Management (SAM) and must provide completed representations and certifications as part of their proposals. Contact details for the contracting specialists are provided for guidance on submission requirements.
    This document outlines the criteria for determining contractor responsibility in federal contract awards, as mandated by FAR 9.103 and 9.104-1. It establishes that contracts should be awarded only to responsible contractors, emphasizing the need for an affirmative determination of their capacity to fulfill contract obligations. Key standards for contractor responsibility include adequate financial resources, capability to meet performance schedules, satisfactory performance and integrity records, necessary operational controls and technical skills, appropriate equipment, and compliance with applicable laws. Contractors must provide documentation supporting their qualifications, including recent financial statements, delivery capabilities, past performance records, and organizational information regarding technical skills and equipment. Certifications confirming the accuracy of this information from company representatives are also required. The guidance seeks to ensure that government contracts are awarded to entities capable of delivering quality performance while mitigating risks associated with contract default or unsatisfactory service, ultimately supporting responsible fiscal practices in government procurement.
    Travis Air Force Base (TAFB) outlines stringent security requirements for contractors wishing to access the installation, classified as closed. To enter, contractors must undergo identity proofing and vetting, which involves checks through the National Crime Information Center and state systems. Contractors without existing government clearances must provide specific identification forms for verification, while primary contractors are responsible for ensuring compliance and reporting status changes of employees. Access is conditional on meeting standards established by the REAL ID Act, with various classifications of identification based on compliance status. Disqualifying factors include known terrorist affiliations, prior denial of access, and specific criminal convictions. The document emphasizes contractor responsibilities in managing passes, handling lost credentials, and compliance with increased security levels or Force Protection Conditions (FPCONs). Training in information protection, antiterrorism awareness, and operations security is mandated for relevant personnel. The outlined protocols indicate a robust security framework ensuring only vetted individuals access sensitive areas, reflecting the federal government's commitment to maintaining security integrity on military installations while facilitating necessary contractor operations.
    Lifecycle
    Title
    Type
    Skyjack Lift, Travis AFB
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Electric Articulating Boom Lift
    Buyer not available
    The Department of Defense, specifically the 910th Airlift Wing, is seeking quotations for the procurement of one new Genie Model Z45/25J articulating boom lift or an equivalent model. The lift must meet specific technical specifications, including a maximum working height of 51 feet 9 inches and a platform capacity of 500 pounds, to support operational needs at the Vienna, Ohio location. This procurement is set aside for small businesses under NAICS code 333924, with the evaluation criteria focused on lowest price and technical acceptability. Interested vendors must submit their quotations, including necessary documentation, by 10:00 a.m. EST on March 7, 2025, to Joseph Perry at joseph.perry.14@us.af.mil.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to repair the main lift cylinder of a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary certification documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested vendors must submit their quotations by 09:00 AM EST on February 24, 2025, and are encouraged to direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    Brand-New Genie GR-20 Runabout Man Lift
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center, is seeking quotes for a brand-new Genie GR-20 Runabout Man Lift, model year 2024 or newer. The procurement requires that the equipment meets specific minimum specifications, including self-propelled electric functionality, non-marking tires, and a platform height of at least 19 feet 9 inches, with compliance to ANSI, OSHA, and CSA standards. This man lift is essential for various operational tasks within the Army, emphasizing safety and efficiency in equipment handling. Interested vendors must submit their quotes along with the latest specifications and advertising literature by contacting Anna Crawford or LaShanda Areghan via email, with delivery to Vicksburg, MS, required within 60 days of contract award.
    17--JACK,AIRCRAFT LANDI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of 10 units of aircraft landing jacks, identified by NSN: 008542237 and part number CJ67D0250-1. The procurement requires compliance with government source approval prior to award, and interested vendors must submit detailed proposals along with necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. These aircraft landing jacks are critical components for aircraft ground servicing, ensuring operational readiness and safety. Proposals must be submitted via email to Christopher Campello at christopher.campellone.civ@us.navy.mil by the specified due date, with further inquiries directed to the same contact number at 215-697-2530.
    WAAG Ladders
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Wheel Well Service Safety Ladders suitable for Boeing 757/767 aircraft at Tinker Air Force Base in Oklahoma. The requirement includes two adjustable ladders that meet OSHA specifications, with specific dimensions and shipping logistics that allow for unloading without crane assistance. These ladders are crucial for ensuring safety compliance and operational efficiency during maintenance activities for military aircraft. Interested small businesses must submit their quotations by March 7, 2025, at 4:00 PM CST, and are encouraged to contact Tiwana Burdex or Ysabel Mireles for further information regarding the solicitation.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hyster 155 Forklift to enhance snow removal operations at Westover Air Reserve Base in Chicopee, Massachusetts. The forklift must meet specific performance requirements, including a lift capacity of 15,500 pounds, a lift height of 15.67 feet, and features such as a load-sensing hydraulic system and safety equipment, all aimed at improving material handling efficiency and operator productivity while ensuring compliance with safety standards. This procurement is crucial for increasing operational efficiency and safety in government material handling operations, with a delivery and installation timeline of eight weeks from the award date. Interested vendors should contact Kyle Kalagher at KYLE.KALAGHER.1@US.AF.MIL or 413-557-2137 for further details, and proposals must adhere to the outlined specifications and compliance requirements.
    Sources Sought - Bobcat T450
    Buyer not available
    The Department of the Air Force is seeking potential sources for the procurement of a Bobcat T450, as outlined in a Sources Sought Notice. The Air Force requires this equipment to meet specific performance metrics, including operating weight, engine power, lift capacity, and resilience to operational conditions, which are critical for their operational needs. This procurement is part of a preliminary planning step that may lead to a competitive acquisition process, potentially resulting in a Firm-Fixed-Price contract under NAICS code 333120. Interested businesses must submit a two-page statement of capabilities, including company details and business size designation, by February 27, 2025. For further inquiries, interested parties can contact Hannah Carreiro at hannah.carreiro@us.af.mil or Bobby Ballow at bobby.ballow@us.af.mil.
    Sources Sought Notice - Dolly Jack (4 Ton & 10 Ton) 4910-00-289-7233/4910-00-516-5806
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from potential contractors regarding their capabilities to manufacture Dolly Jacks (NSN 4910-00-289-7233 and 4910-00-516-5806) over a projected five-year period, with an estimated annual requirement of 90 to 270 units. This Sources Sought Notice serves as a market research tool to inform future procurement strategies and emphasizes the importance of industry input in shaping acquisition efforts for these hydraulic jacks. Interested vendors must possess a current DD 2345 certification to access the associated Technical Data Package and are required to submit their responses, detailing their production capabilities and qualifications, by March 11, 2025. For further inquiries, interested parties may contact Pasquale C. Lucci at Pasquale.c.lucci.civ@army.mil or Katlyn Marck at katlyn.m.marck.civ@army.mil.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.