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
Crane Inspection and Repairs (Service)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide crane inspection and repair services for three National Crane 1400C booms at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all management, tools, supplies, equipment, and labor necessary to perform inspections and maintenance in accordance with federal regulations and Air Force Technical Orders, ensuring operational readiness and compliance with safety standards. This procurement is critical for maintaining the functionality of essential machinery used in various government operations, with a firm fixed-price contract expected to be awarded based on the lowest price technically acceptable offers. Interested parties must submit their quotes by May 7, 2025, and direct any questions to Mauranda Racer or Donna Doss via email.
JLG 340SJ ARTICULATING BOOM LIFT EQUIPMENT
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide a JLG 340SJ articulating boom lift equipment for the Crownpoint Healthcare Facility in New Mexico. The procurement requires the delivery of one unit of 2024 or newer articulated boom lift equipment, with an estimated delivery timeframe of 60 days post-award. This equipment is crucial for enhancing operational capabilities at the healthcare facility, ensuring efficient maintenance and service delivery. Interested vendors must submit their quotes, including lead time and relevant documentation, to Janice Martinez at Janice.Martinez@ihs.gov by the solicitation closing date, and must be registered with the System for Award Management (SAM) to be eligible for award.
Long Term Bucket Truck Rental; Base Year Plus Four Option Years
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck at Malmstrom Air Force Base in Montana, with a contract duration of one base year plus four optional years. The procurement aims to secure a high voltage bucket truck equipped with a two-person bucket, 4-wheel drive capability, and material handling jib, to enhance the operational capabilities of the 341st Civil Engineer Squadron while addressing previous maintenance delays. This contract is particularly significant as it involves compliance with safety regulations for high voltage operations and is set aside for small businesses, with an estimated total value of $47 million. Interested contractors should direct inquiries to Cody West or Joshua Crist via the provided contact details, with questions due by 12:00 PM MT on April 29, 2025.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.
7 CES Spider Lift Equipment
Buyer not available
The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking small business contractors capable of providing Spider Lift equipment, specifically a CMC 75 I unit or an equivalent model. The primary requirement includes a working height of 75 feet, di-electrically rated at 46,000 volts, and featuring a fiberglass bucket for enhanced safety and durability. This procurement is essential for operational activities requiring elevated access, particularly in construction or maintenance tasks. Interested vendors are encouraged to submit their capabilities statements by May 1, 2025, to A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil, as this RFI serves as a preliminary step in market research and does not constitute a commitment to contract.
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.
JLG STYLE BOOM LIFT
Buyer not available
The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the procurement of a JLG style boom lift, which is required for operations in Romania. This procurement falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J998 for non-nuclear ship repair. The boom lift is essential for enhancing operational capabilities and maintenance tasks within naval facilities. Interested vendors can reach out to Juan Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.
Box Trailer Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance services for box trailers under Solicitation Number FA940125Q0015. The procurement involves routine semi-annual inspections and preventive maintenance of government-owned trailers utilized for transport and training, ensuring operational readiness and safety. This contract is crucial for maintaining the functionality of essential equipment for the 351st Special Warfare Training Squadron, with an anticipated total cost of $9,000,000 across various option line items. Interested vendors must submit their proposals by May 26, 2025, and can direct inquiries to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Monique McLaughlin at monique.mclaughlin.2@us.af.mil.
Elevation Work Platform (Boomlift) for the US Consulate General Guadalajara
Buyer not available
The Department of State, through the American Consulate General in Guadalajara, is seeking proposals for the acquisition of an Elevation Work Platform (Boom Lift) to support operational tasks at the consulate compound. The procurement requires that the work platform meet specific technical criteria, including height, capacity, and design, and includes provisions for training personnel in Spanish, as well as local warranty support in Mexico. This equipment is essential for facilitating outdoor tasks and ensuring operational efficiency at the facility. Interested vendors must submit their quotations electronically in English by May 9, 2025, with questions accepted until April 30, 2025; proposals must comply with federal regulations, including the National Defense Authorization Act (NDAA) and anti-discrimination laws. For further inquiries, vendors can contact GDL GSO Procurement at GdlGSOProcurement@state.gov.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.