Articulating Hi-Capacity Boom Lift Equipment
ID: N0017425Q1077Type: Combined Synopsis/Solicitation
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, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of articulating hi-capacity boom lift equipment, specifically a JLG 800AJ HC3 model. The equipment must meet detailed specifications, including an 80-ft platform height, 360-degree continuous swing, and a platform capacity of up to 1,000 lbs, along with compliance to safety and operational standards outlined in the Statement of Work (SOW). This procurement is crucial for enhancing operational capabilities for high-altitude repairs and installations at NSWC IHD in Maryland. Interested vendors must submit their quotes by July 25, 2025, at 3:00 PM EST, with a maximum bid not to exceed $250,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or by phone at 301-744-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be an unavailable PDF, possibly related to federal government RFPs, grants, or state/local RFPs. Therefore, no specific content or details can be summarized. Without access to the actual text or information outlined in the document, it's challenging to identify main topics, key ideas, or supporting details that pertain to this government file. Summarization and analysis cannot proceed, as the document’s contents are not displayed. For a comprehensive summary, the proper document must be accessible for review and extraction of relevant information.
    The document outlines the requirements for the procurement of a JLG articulating hi-capacity boom lift for the Equipment Repair and Maintenance Branch, M32. The boom lift must have specific dimensions and capabilities, including an 80-ft platform height, 360-degree continuous swing, and a platform capacity of up to 1,000-lbs restricted. It requires a diesel engine, a hydraulic system with a 40-gallon capacity, and various safety features such as alarms and indicators. The contractor is responsible for ensuring quality control and shipping logistics, including notifying the government if the delivery schedule cannot be met. All equipment must be delivered to the Naval Surface Warfare Center in Maryland, and any nonconforming deliverables must be addressed within one business day. This document encapsulates the government's intent to secure necessary equipment to perform high-altitude repairs and installations safely and efficiently, adhering to specific performance and safety standards.
    The document details a government solicitation for the procurement of a JLG 800AJ HC3 articulating hi-capacity boom lift for the Naval Surface Warfare Center (NSWC) Indian Head Division. The request emphasizes the requirements for the equipment, including specifications for safety performance, dimensions, and operational capabilities, alongside a Statement of Work (SOW) outlining the scope of delivery and acceptance protocols. Key compliance mandates include adherence to Defense Federal Acquisition Regulation Supplement (DFARS) standards regarding cybersecurity and reporting, ensuring that contractors have robust security plans in place to protect covered defense information. The material delivery is required to meet specific logistical conditions, emphasizing safety and coordination upon arrival. Additionally, contractors are obligated to submit invoices in accordance with the Wide Area Workflow (WAWF) process for electronic payments. Overall, this solicitation aims to enhance operational capacity at the NSWC while ensuring compliance with federal regulations and promoting safety standards in contractor operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    25--HOIST UNIT,HYDRAULI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of four hydraulic hoist units (NSN 2590017242771). This solicitation is a total small business set-aside, aimed at acquiring essential vehicular equipment components that are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 161 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is soliciting bids for the procurement of two 36-meter aerial platforms for NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, with a minimum loading capacity of 450 kg, and must comply with specific dimensions and safety standards. These aerial platforms are crucial for various operational tasks within the naval facilities, ensuring efficient and safe access to elevated work areas. Interested contractors must submit their offers by December 23, 2025, at 2:00 PM Japan Standard Time, and are required to acknowledge the amendment to the solicitation. For further inquiries, potential bidders can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or by phone at 81468161643.
    10--CABLE,HOIST ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 24 units of the Cable, Hoist Assembly (NSN 1055-01-283-5832). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of three. The items are critical for military operations and must meet specific source-controlled drawing requirements, with approved sources listed in the solicitation. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    USCGC Stone Manlift rental
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the rental of a 125-foot articulating boom lift to support preservation and maintenance efforts for the USCGC Stone in Charleston, South Carolina. The rental period is scheduled from January 5, 2026, to March 21, 2026, with the lift to be delivered to and picked up from the vessel's location at 1050 Register Street, North Charleston, SC 28405. This equipment is crucial for ensuring the ongoing maintenance and operational readiness of the vessel. Interested vendors should note that they are responsible for refilling the lift's fuel tank upon completion of the rental and can contact LT Jack Duffy at Jack.F.Duffy@uscg.mil or (206) 827-3695 for further details.
    HOISTING UNIT,AIRCR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    25--DAVIT,VEHICLE,BOOM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of the NSN 2590009532172 DAVIT, VEHICLE, BOOM, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 13 units. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    31--CYLINDER,HOIST
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    ACV-R Crane Integration
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.