JBER RHS Heavy Equpment Rental
ID: FA500025Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (W038)

Set Aside

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

    The Department of Defense, through the U.S. Air Force, is seeking qualified vendors to provide heavy equipment rental services for operations at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement aims to secure a variety of machinery, including compact track loaders, dump trucks, front-end loaders, graders, and other essential equipment, to support the construction of roads and KSPAN facilities at Camp Mad Bull from April 22, 2025, to September 15, 2025. This initiative is critical for enhancing operational capabilities and infrastructure development at the military base, with a total of 31 pieces of equipment required. Interested small businesses must submit their quotes by March 31, 2025, and can direct inquiries to primary contact Shelby Langston at shelby.langston.1@us.af.mil or secondary contact Raymond Gragg at raymond.gragg@us.af.mil.

    Files
    Title
    Posted
    The document FA500025Q0017 encompasses a series of clauses incorporated by reference for federal contracts, particularly focusing on compliance and regulations for contractors. It outlines specific requirements, including payment processes, subcontracting, and certifications regarding labor laws and environmental concerns. Key clauses emphasize the importance of safeguarding sensitive information, financial integrity, and adherence to labor laws. Moreover, the document provides necessary representations and certifications that potential contractors must complete to qualify for government contracts, including details on their business operations and compliance with tax obligations. The document serves as a comprehensive guide for government contracting, ensuring that vendors are aware of their legal responsibilities and the necessary protocols for bid submissions. This includes several specific directives aimed at enhancing transparency, ensuring security, and fostering fair business practices. The overall purpose is to facilitate a structured approach to government procurement processes, ensuring that all stakeholders adhere to established standards and compliance measures throughout contract execution.
    The document outlines a pricing schedule for various types of heavy equipment as part of a government procurement initiative. It specifies the quantities and types of machinery requested, including compact track loaders, dump trucks, front-end loaders, graders, vibratory graders, and water trucks, totaling a specific price yet to be filled. Vendors are mandated to incorporate shipping costs to JBER, AK within their unit prices. Additional options for vendors include providing extended delivery terms. Essential administrative details require the vendor's business size classification, delivery date, net payment terms, and a DUNS number. Additionally, the signer must be an authorized official, confirming acceptance of the solicitation's terms and conditions. This pricing schedule reflects a structured RFP process, facilitating transparency and competitiveness in government contracts related to state and local infrastructure developments.
    The document outlines a pricing schedule for various heavy equipment and vehicles requested under a government RFP. It includes a detailed list of items with quantities, such as graders, dozers, dump trucks, excavators, and various types of lifts and rollers, totaling 14 items. Each item specifies the quantity, unit of issue (each), and a space for unit and extended pricing. A key requirement is that shipping costs to JBER, AK must be incorporated into the unit prices. The document emphasizes that vendors are allowed to propose extended validity for quotes, and includes fields for delivery dates, payment terms, DUNS number, and certification of business size (e.g., small, women-owned, veteran-owned). The signature of an authorized official is needed to confirm agreement to the solicitation’s terms. Overall, the document serves to solicit bids for essential equipment procurement, emphasizing compliance with specified terms and conditions.
    The document outlines the salient characteristics for a series of heavy equipment required for a government project. It specifies six key items: a compact tracked skid steer loader, a highway-rated dump truck with a capacity of at least 20 tons, a wheeled front-end loader with a minimum capacity of 4 cubic yards, a motor grader with a minimum 12-foot blade width including rippers, a tandem vibratory roller with at least a 68-inch compaction width and rated for 25 tons, and a water truck with a minimum capacity of 2,000 gallons. Each item includes a specific model or equivalent equipment, emphasizing the need for reliable machinery to meet operational demands. The document serves as part of a Request for Proposals (RFP), indicating the government's intention to procure these vehicles for effective project execution and infrastructure development. The focus on brand equivalency ensures a competitive bidding process while allowing flexibility in vendor selection. Overall, this RFP aims to secure essential machinery for public works or construction initiatives.
    The document details an RFP for machinery and equipment required for operations at Camp Mad Bull, JBER. It specifies a range of machinery with particular capabilities, delivery requirements, and quantities needed for specific durations. Notable equipment includes graders, bulldozers, dump trucks, excavators, and various types of rollers, among others, with features such as minimum horsepower, blade sizes, and bucket capacities explicitly outlined. Each item is categorized by line item number for clarity, and all machinery must be delivered to the project site. This RFP is part of a federal initiative to support infrastructure or operational tasks at the designated military camp, suggesting a focus on enhancing operational readiness and capability through the acquisition of specific equipment and machinery.
    The document FA500025Q0017 is a combined synopsis/solicitation issued by the U.S. government for heavy equipment rental at Joint Base Elmendorf-Richardson (JBER), Alaska, specifically for the 673rd Construction and Sustainment Squadron's operations at Camp Mad Bull. This Request for Quotation (RFQ) emphasizes a 100% small business set-aside under NAICS code 532412, with a price evaluation as the primary selection factor. The government intends to award a firm-fixed-price contract covering multiple performance periods from April 22, 2025, to September 15, 2025. Contractors must comply with specified requirements, including inspection protocols and adherence to FAR provisions. Quotes must be submitted by March 31, 2025, with all inquiries directed to designated government contacts before the stated deadline. The solicitation encourages compliance with regulations regarding SAM registration to ensure eligibility for contract awards. Attachments detail the pricing schedules and salient characteristics necessary for proposal preparation. Overall, this solicitation underscores the government's commitment to utilizing small businesses for its operational needs while maintaining stringent quality and compliance standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construction Equipment Rental for 823 RHS Construct New Roads C-64 Range
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking small businesses to provide rental construction equipment for the 823 RHS project aimed at road paving activities at Eglin Air Force Base, Florida. The procurement includes the rental of various equipment such as two 3-5 ton small drum rollers, a D5 dozer with a finished blade, a 1500-2000 gallon water truck, a front-end wheel loader, and a 15-passenger van, all of which must meet specific operational and safety standards. This opportunity is crucial for supporting infrastructure development and maintenance within military operations, and it is entirely set aside for small businesses, including those classified under 8(a), HUBZone, and SDVOSB. Interested vendors must submit a two-page capabilities statement by March 24, 2025, and all communications should be directed to the primary contact, Darren Alvarez, at darren.alvarez.2@us.af.ml or by phone at 850-882-9379.
    Portable Office Space and Furniture Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors to provide portable office space and furniture rental services for a project at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement involves delivering and setting up four portable office space units, complete with essential amenities and furnishings, to support the Missile Defense Agency's Flight Test Mission from May to August 2025. This contract is crucial for ensuring operational efficiency and compliance with safety standards during the mission. Interested vendors must submit their quotes by 10 AM Alaska Standard Time on March 7, 2024, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil for further clarification.
    Multiple Award Construction Contract (MACC), Joint Base Elmendorf-Richardson (JBER), AK - DRAFT SOW
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking feedback from interested firms for a Multiple Award Construction Contract (MACC) at Joint Base Elmendorf-Richardson (JBER), Alaska. This sources sought request aims to identify potential prime contractors capable of providing comprehensive construction services, including facility repairs, utility work, and new construction projects under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework. The MACC will enhance JBER's construction capabilities while ensuring compliance with federal, state, and local regulations, particularly regarding safety and hazardous materials management. Interested parties must submit their responses by 3:00 PM AKST on April 4th, 2025, via email to Mr. David May at david.may.27@us.af.mil or Mr. Tyler Wilson at tyler.wilson.49@us.af.mil.
    (2) Dump trucks and (2) backhoes with trailers
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide two dump trucks and two backhoes with trailers for use at Fort Irwin, California, from April 9 to May 25, 2025. The contractor will be responsible for delivering, setting up, maintaining, and removing the equipment, ensuring compliance with operational standards and environmental regulations, while coordinating closely with a designated government representative throughout the contract period. This procurement is part of the government's commitment to support small businesses, particularly those owned by women, and emphasizes the importance of timely and efficient equipment rental for military training operations. Interested parties must submit their quotes by March 24, 2025, and can contact SSG Devin Fuller at devin.fuller2.mil@army.mil or Tamika Williams at tamika.l.williams32.mil@army.mil for further information.
    Tractor Parts
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide various replacement parts for a JCB Tractor Model 426HTLO, as outlined in a Request for Quotation (RFQ). The procurement includes a comprehensive list of parts such as door assemblies, window components, hinges, and screws, all of which must meet or exceed specified minimum standards to ensure compatibility and reliability for military operations. Interested suppliers must submit written quotes by March 21, 2025, with prices held firm until September 30, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Alissa Ortiz-Gonzalez at alissa.ortizgonzalez@us.af.mil or Wilfredo Padilla Flores at wilfredo.padillaflores@us.af.mil.
    FA500025Q0018 Snow Blower Engine Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Prinoth SW4S snow blower engine under contract FA500025Q0018. The primary objective is to replace the existing engine with a new short block, perform necessary disassembly and reassembly, and ensure the equipment meets all operational specifications. This procurement is crucial for maintaining the functionality of essential snow removal equipment in Alaska, supporting operational readiness in federal operations. Interested contractors must submit their quotes by March 27, 2025, and can direct inquiries to SSgt Gabriel Hughes at gabriel.hughes.1@us.af.mil or SrA Brian Chambers at brian.chambers.5@us.af.mil.
    R-11 Re-Fueler Engines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide two replacement International DT466 engines for R-11 Refueler Trucks, as outlined in solicitation FA500025Q0012. The engines must meet specific technical specifications, including injector configuration and horsepower ratings, and are critical for maintaining military fueling operations at Joint Base Elmendorf-Richardson in Alaska. Interested contractors are required to submit their quotes via email by March 26, 2025, and must be registered in the System for Award Management (SAM) to be eligible for this total small business set-aside opportunity. For further inquiries, potential bidders can contact Zachary Braum at zachary.braum@us.af.mil or SrA Brian Chambers at brian.chambers.5@us.af.mil.
    Anchorage Air Force Hub Recruiting Office
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    Dryer Vent Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide dryer vent cleaning services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement requires the contractor to manage and perform annual and semi-annual cleaning of approximately 731 dryer vents, ensuring compliance with safety standards and regulations set by the National Fire Protection Agency (NFPA) and the Occupational Safety and Health Administration (OSHA). This service is critical for maintaining operational safety and efficiency within the military installation. Interested small businesses must submit their quotes by April 1, 2025, and are encouraged to attend a site visit scheduled for March 20, 2025. For further inquiries, potential bidders can contact Maureen Badey at maureen.badey.1@us.af.mil or SrA Brian Chambers at brian.chambers.5@us.af.mil.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base, is seeking quotations for the procurement of a 365th TRS Alpha Warrior Quad Bunker Training Facility. This project involves the supply and installation of specialized gym equipment, including modified Conex units and fitness performance flooring, aimed at enhancing the physical training capabilities of Air Force personnel. The initiative is part of a broader effort to modernize training facilities, emphasizing sustainability and improved fitness training. Interested small businesses must submit their quotes by March 24, 2025, at 10:00 AM CDT, and can direct questions to the designated points of contact, Casey Adams and Jamie Long, prior to March 12, 2025. Note that funding is not currently available, and the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.