Vehicle Alignment Lift
ID: FA480325Q0051Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a vehicle alignment lift and its installation at Shaw Air Force Base in South Carolina. The lift must meet specific requirements, including an 18,000-pound capacity, a four-post configuration, and compatibility with a 208-230 volt single-phase power supply, while ensuring an open front design for unobstructed access. This acquisition is critical for enhancing operational efficiency within military logistics, and interested vendors should note that the solicitation is set aside for small businesses, with proposals due within 60 calendar days from the award date. For further inquiries, potential bidders can contact Michael Treaster at michael.treaster@us.af.mil or Joseph A. Nemedy at joseph.nemedy.1@us.af.mil.

    Files
    Title
    Posted
    The document provides a series of questions and answers regarding the FA480325Q0051 – Vehicle Alignment Lift project, likely part of a federal government Request for Proposal (RFP) or similar procurement process. The key points address specific technical and logistical aspects of the lift installation. It clarifies that an open front alignment scissor lift is acceptable if requirements are met, but only a one-phase power supply is available. Furthermore, the 20 LRS will not provide new electrical power, as it is already available where the existing lift was, and they will supply compressed air to the new lift. This Q&A section is crucial for potential bidders to understand the precise conditions and expectations for the vehicle alignment lift installation.
    This government solicitation, FA480325Q0051, is a Request for Proposal (RFP) for a Women-Owned Small Business (WOSB) set-aside. The Air Force is seeking an NMB Vehicle Alignment Lift and its installation. The document outlines detailed requirements including delivery schedules (60 calendar days from the date of award), inspection and acceptance criteria at Shaw AFB, and payment instructions via Wide Area WorkFlow (WAWF). It incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as electronic payment, unique item identification, contractor access to Air Force installations, and prohibitions on certain telecommunications equipment and substances. Key clauses also address small business programs, labor standards, and combating human trafficking, with specific FAR clauses marked for inclusion.
    The Women-Owned Small Business (WOSB) solicitation outlines a federal contracting process for commercial products and services, specifically requesting a Vehicle Alignment Lift and its installation. The document includes various administrative details such as award dates, solicitation numbers, and points of contact. The specifications detail the necessity for a four-post vehicle lift with a capacity of 18,000 lbs and associated equipment. The purchasing entity, 20 LRS at Shaw AFB, outlines a 60-day delivery window post-award. It incorporates standard terms and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) that govern the solicitation, ensuring compliance with legal and regulatory frameworks. Moreover, it emphasizes the requirement for economically disadvantaged businesses and small business set-asides, furthering the federal commitment to promote diversity in government contracting. The document stands as a detailed guide for potential contractors on submission criteria, evaluation, and compliance with contractual obligations while providing transparency in the procurement process.
    The government is issuing a Sources Sought notice for the procurement of Vehicle Alignment Lift and associated components, which will include installation services. This call for information is intended to determine if small businesses can meet the government’s requirements under the project titled "NMB Vehicle Alignment Lift." The RFI specifies the submission date for capability statements as July 21, 2025, at 2:00 PM EST, with a 100% small business set-aside. Interested companies are directed to send their capability statements via email to designated government contacts, SrA Michael Treaster and Mr. Joseph Nemedy. It is important to note that at this stage, the government is not accepting any questions or formal offers, emphasizing that this is solely an inquiry to gather information regarding potential service providers.
    The 20th Logistics Readiness Squadron is requesting the procurement of a replacement vehicle lift with specific requirements. The lift must have an 18,000-pound capacity, a four-post configuration, and utilize 208-230 volt single-phase power. It should feature an “open front” design to allow easy access without obstruction. The purchase includes installation at Shaw AFB, adhering to industry standards and providing complete operational readiness upon inspection by the government. The vendor must ensure that shipping to the base is included in the purchase. Coordination with base services will be necessary for proper installation, covering aspects such as floor anchoring and electrical connections. This request is part of the broader context of government RFPs aimed at acquiring specialized equipment and services for operational efficiency in military logistics.
    Lifecycle
    Title
    Type
    Vehicle Alignment Lift
    Currently viewing
    Sources Sought
    Similar Opportunities
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation FA813226Q0007. The requirements specify a forklift capable of lifting at least 1,000 lbs to a height of 21-22 feet, with a maximum width of 54 inches and operational features including 40-inch forks, an amber strobe light, and passive fall protection. This equipment is crucial for efficient warehouse operations, and the contract is set aside exclusively for small businesses under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST, and must remain valid for 90 days; interested parties should contact Margaret King at margaret.king.1@us.af.mil or 405-736-2456 for further details.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    11K FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an 11K CAB Forklift equipped with foam-filled tires, hydraulic adjustable forks, and heating and air conditioning capabilities. This procurement includes a requirement for the trade-in of a Sellick forklift with 429.2 hours on the dash, emphasizing the need for a reliable material handling solution. The forklift will be utilized for various logistical operations at Fort Riley, KS, highlighting its importance in supporting military readiness and efficiency. Interested small businesses are encouraged to reach out to Jevon Schroeder at jevon.k.schroeder2.civ@army.mil or call 1-520-945-4524 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    BPA Hydraulic Lifting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    17--TOWBAR,AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 aircraft towbars under solicitation number NSN 1730016248098. This procurement is a Total Small Business Set-Aside, aimed at sourcing essential equipment for aircraft launching, landing, ground handling, and servicing operations. The selected vendor will be responsible for delivering the towbars to DLA Distribution within 106 days after order, with all responsible sources encouraged to submit electronic quotes. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    Forklift Mast Assembly Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    25--TOWBAR,MOTOR VEHICL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of motor vehicle tow bars, specifically NSN 2540009367801. The solicitation includes two line items, with a total quantity of 33 units to be delivered to the DLA Distribution San Joaquin within 381 days after order placement. These tow bars are critical components for vehicular equipment, ensuring operational readiness and efficiency in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Harrington Crane & Hoist w/ Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide and install Harrington 3-ton Air Hoists with Motorized Air Trolleys at the Marine Corps Logistics Base in Albany, Georgia. The procurement requires vendors to deliver all necessary labor, tools, materials, and equipment for the installation, ensuring compliance with industry standards and safety regulations, including OSHA and NEC guidelines. This equipment is critical for operational efficiency within the Marine Depot Maintenance Command, and a site visit is mandatory for vendors prior to submission of quotes. Interested parties must submit their quotes via email to Jamie Fernandez by the specified deadline, ensuring they include all required documentation and comply with the outlined provisions.