210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
ID: W50S8G-25-Q-LIFTType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NQ USPFO ACTIVITY NMANG 150KIRTLAND AFB, NM, 87117-5875, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

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.

Files
Title
Posted
The government document outlines the Performance Work Statement (PWS) for diagnostic, repair, and maintenance services on six boom lifts for the 210th Red Horse Squadron (RHS) at Kirtland Air Force Base, New Mexico. The contractor is responsible for ensuring these machines are operational and pass annual inspections, beginning within 30 days of contract award. Key responsibilities include performing routine maintenance, diagnosing and repairing issues, and creating a fall protection plan. The contractor must submit a list of maintenance discrepancies and their corrective actions, alongside a report of diagnostic findings for the lifts. Quality control and assurance measures are required to ensure compliance with performance standards, and the contractor must adhere to all applicable military regulations and provide proper identification for employees. The contract spans a base year plus option years, emphasizing safety protocols, contractor qualifications, and adherence to government security measures. The document is structured in sections detailing scope, objectives, contractor responsibilities, relevant regulations, and deliverables necessary for compliance and operational readiness. This PWS emphasizes the significance of equipment functionality in military operations and sets clear expectations for performance and accountability.
Apr 4, 2025, 4:10 PM UTC
The document addresses queries related to a new contract under RFP W50S8G-25-Q-LIFT, issued on April 4, 2025. It clarifies that this is an entirely new requirement with no incumbent service provider. Attendance at the site visit is encouraged but not mandatory for bidders wishing to inspect the equipment before submitting their quotes. Bidders are advised to prepare their quotes based solely on the information outlined in the Performance Work Statement (PWS). Any additional necessary items discovered during the site inspection will be addressed through a contract modification post-award. This information is essential for potential contractors to appropriately prepare their proposals and understand the bidding process's context and requirements.
Apr 4, 2025, 4:10 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Boom Lift
Buyer not available
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.
Sole Source - Boom Crane Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide boom crane inspection and maintenance services for an Altec Model AC28-95B at Malmstrom Air Force Base in Montana. This procurement is a sole source award to MGX Equipment Services, LLC, necessitating specialized knowledge for a one-time service that includes detailed inspections, maintenance, and repairs to ensure the crane's operational efficiency and safety. The contract will be awarded based on a comparative analysis of price, compliance with specifications, and performance timelines, with proposals due by April 22, 2025, and inquiries accepted until April 16, 2025. Interested parties should submit their quotes via email to the designated contacts, Rachel Wright and Melissa Huston, and include their Company CAGE Code or Unique Entity Identifier (UEI).
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.
Grove Crane Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to perform repair services on a 2009 Grove 50T crane at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, and labor to conduct comprehensive repairs, including mechanical maintenance and software updates, in compliance with Grove specifications and OSHA regulations. This procurement is part of an initiative to engage small businesses, particularly those owned by women, and emphasizes the importance of maintaining operational integrity and safety in government operations. Interested parties must submit their proposals by April 16, 2025, and are encouraged to contact Tyler Peterson at tylerjohn.peterson@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further information.
99 CES Mobile Generator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and cleaning of a Cummins 200 KW mobile generator at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to conduct engine diagnostics, repair the fuel system, and clean the fuel tank, adhering to manufacturer specifications and environmental regulations. This project is crucial for maintaining operational readiness and ensuring compliance with safety standards, with a performance period set from May 1 to June 30, 2025. Interested small businesses must submit their proposals electronically by April 16, 2025, at 2:00 PM PDT, and are encouraged to attend a site visit on April 10, 2025, with prior registration required. For further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or Katherine R. Miller at katherine.miller.18@us.af.mil.
US Air Force Research Laboratory Vehicular Mainten
Buyer not available
The Department of the Interior, through the Interior Business Center, is soliciting proposals for Mobile Mechanic Services to maintain and repair low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1 to November 30, 2025, with the option for four additional one-year extensions, and is valued at approximately $12.5 million. These services are crucial for ensuring the operational readiness of essential vehicles such as mowers and forklifts, which play a vital role in base maintenance and operations. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to contact Lydia Schickler at lydiaschickler@ibc.doi.gov or 703-964-4872 for further information.
KAFB Install Backup Generator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a backup generator at Kirtland Air Force Base in New Mexico. The project involves constructing a concrete pad, installing electrical systems, and an automatic transfer switch, ensuring compliance with regulatory standards while minimizing disruption to ongoing base activities. This procurement is critical for maintaining reliable power supply to the communications room, with an anticipated contract value between $250,000 and $500,000. Interested small businesses must submit their responses by April 15, 2025, to the primary contact, Darius Etheridge, at darius.etheridge.2@us.af.mil, or the secondary contact, Zachary Laurenz, at zachary.laurenz.1@us.af.mil.
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.
Kirtland Air Force Base (KAFB) Base Supply
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for base supply services at Kirtland Air Force Base (KAFB) in New Mexico. The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining operational efficiency at KAFB and supporting off-site locations throughout the state. Interested offerors must submit their proposals by 3:00 p.m. MDT on April 18, 2025, and are encouraged to direct any questions to the primary contact, Winter Silva, at winter.silva.1@us.af.mil, or the secondary contact, Julianne Indelicato, at julianne.indelicato.1@us.af.mil. The contract is anticipated to be a firm-fixed price arrangement for one base year with four additional option years, contingent upon available funding.