125’ TELESCOPIC BOOMLIFT WITH JIB 4WD RENTAL
ID: N00244-25-Q-0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

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

    The Department of Defense, specifically the U.S. Navy, is seeking qualified vendors for the rental of a 125-foot telescopic boom lift with four-wheel drive, intended for use in a restoration project aboard the USS Theodore Roosevelt (CVN 71). This procurement is part of the aircraft carrier's hangar bay restoration initiative, scheduled from February 18, 2025, to June 30, 2025, and emphasizes the need for timely delivery and compliance with federal regulations. Interested contractors must submit their quotations by February 6, 2025, and ensure registration in the System for Award Management (SAM) prior to bidding. For further inquiries, vendors can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or by phone at 619-556-6436.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for a specific project on the USS Theodore Roosevelt (CVN 71) scheduled from January 6, 2025, to June 30, 2025. The main objective is to procure a 125-foot telescopic boom with a jib for the aircraft carrier's hangar bay restoration project, part of the upcoming SF25 PIA initiative. Vendors must provide a quote and notify the requestor of any unforeseen delays in delivery. Delivery is to occur at Naval Air Station North Island, with specified contact details for invoicing provided. LS2 Kelaya Nesbitt is the designated point of contact for financial matters, utilizing a government purchase card for transactions. This SOW emphasizes the importance of timely delivery and communication in support of the restoration project, ensuring that all vendor and requestor requirements are met efficiently. The focus on detailed logistical instructions aligns with government procurement standards, underlining the structured approach necessary for such military operations.
    The document outlines Solicitation N00244-25-Q-0035 by the U.S. Navy for the rental of a 125’ telescopic boom lift with four-wheel drive, intended for use in a restoration project aboard the USS Theodore Roosevelt from February 18, 2025, to June 30, 2025. The solicitation emphasizes full and open competition and requires contractors to register in the System for Award Management (SAM) to bid. Quotations must be submitted by February 6, 2025, with delivery at Naval Air Station North Island, San Diego. The contract will be a firm fixed price, with all equipment needing to be new and covered by the manufacturer's warranty. Additional provisions and clauses applicable to the bid process are included, focusing on compliance with federal regulations. Vendors are responsible for notifying the Navy of any delivery delays, and the contract administration will be conducted by NAVSUP Fleet Logistics Center San Diego. The document reinforces the importance of following guidelines for technical proposals and specifies the process for addressing agency protests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tobyhanna Army Depot Radome Rental Equipment
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is seeking potential vendors for the rental of aerial lift equipment necessary for the installation of a Large Fixed Antenna Radome. The requirement includes one 80ft articulating aerial lift and three 60ft articulating aerial lifts, all diesel-powered, for a duration of eight weeks starting March 17, 2025. This procurement is critical for ensuring the effective execution of the project, which necessitates logistical support, emergency maintenance, and compliance with safety regulations. Interested parties must submit their responses, including company information and capabilities, to Dean Berkovics at dean.m.berkovics.civ@army.mil by February 12, 2025, at 3:30 PM EST.
    USNS LENTHALL (HOISTS AND CRANES)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is issuing a combined synopsis and solicitation for the repair of cranes and hoists aboard the USNS LENTHALL (T-AO 189) at Naval Station Norfolk, Virginia. The procurement requires contractors to provide labor, materials, and travel costs for the repair and testing of 18 hoists, ensuring compliance with ASME standards, with work scheduled between February 7, 2025, and March 18, 2025. This initiative is critical for maintaining the operational readiness of marine equipment, emphasizing the urgency of timely service delivery to avoid disruptions in mission-critical operations. Interested contractors should submit technical proposals and firm fixed price quotes, adhering to federal acquisition regulations, and may contact James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil for further information.
    SOLICITATION Q&A: Rental of Four (4) 600AJ and Two (2) 600S JLG Manlifts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy at the Portsmouth Naval Shipyard, is seeking proposals for the rental of four (4) 600AJ and two (2) 600S JLG manlifts. The procurement aims to fulfill a new requirement for equipment rental, with the manlifts being essential for various operational tasks at the Naval Base New London in Groton, Connecticut. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 532490, which pertains to other commercial and industrial machinery and equipment rental and leasing. Interested vendors can reach out to Bob Watters at robert.watters@navy.mil or call 207-438-2205 for further details.
    49--NRP,CHERRY PICKER A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, identified as the "49--NRP, CHERRY PICKER A." This contract requires the delivery of critical materials essential for a shipboard system that supports the launch and recovery of aircraft, emphasizing the importance of compliance with stringent quality assurance and inspection standards. Interested vendors must submit their proposals, which will be evaluated based on lead time, price, past performance, and capacity, by 2:00 PM EST on the specified closing date. For further inquiries, potential bidders can contact Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    MSC USNS CARL BRASHEAR OHE
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Ordnance Handling Equipment (OHE) recertification services for the USNS Carl Brashear, scheduled from March 21, 2025, to July 1, 2025, in Guam. The procurement involves the inspection, testing, and certification of 598 units of OHE, adhering to NAVSEA guidelines, with contractors required to supply labor, tools, and materials while meeting specific qualifications and government regulations. This initiative is crucial for ensuring the safety and operational readiness of military equipment, emphasizing the importance of compliance and documentation throughout the recertification process. Interested parties must submit their quotes by February 2, 2025, with inquiries directed to Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil.
    Electric Articulating Boom Lift
    Buyer not available
    The Department of Defense, specifically the 910th Airlift Wing, is seeking quotations for the procurement of one new Genie Model Z45/25J articulating boom lift or an equivalent model. The lift must meet specific technical specifications, including a maximum working height of 51 feet 9 inches and a platform capacity of 500 pounds, to support operational needs at the Vienna, Ohio location. This procurement is set aside for small businesses under NAICS code 333924, with the evaluation criteria focused on lowest price and technical acceptability. Interested vendors must submit their quotations, including necessary documentation, by 10:00 a.m. EST on March 7, 2025, to Joseph Perry at joseph.perry.14@us.af.mil.
    CYLINDER LUFFING OFFSHORE MARINE RATED PEDESTAL CRANE
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is soliciting proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. The project requires contractors to provide labor and materials, ensure certified welding, and comply with safety and disposal regulations while upgrading critical marine infrastructure. This initiative reflects the government's commitment to enhancing operational efficiency and safety in its fleet, with quotes due by January 27, 2025, and a site visit encouraged on January 7th and 8th, 2025. Interested contractors should contact Carolyn Quinn at carolyn.quinn@dot.gov for further details and must be registered in the System for Award Management (SAM) at the time of award.
    HAKI TRAK rentals
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking sources capable of providing HAKI TRAK rentals under a Firm Fixed Price contract. This opportunity is part of a market research initiative to identify qualified vendors who can meet the specifications outlined in the associated parts list, which is crucial for supporting naval operations. Interested parties must have an active CAGE Code, current registration in the System for Award Management, and must not be on the Excluded Parties List. Responses are due by 8:00 AM EST on February 14, 2024, and should be submitted via email to Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Security Craft (TWR6) Ship Yard Work
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking proposals from qualified small businesses for the maintenance and repair of the 87-foot Torpedo Weapons Retriever (TWR6) vessel. The procurement involves extensive drydocking and repair work, including hull maintenance, deck refurbishments, and inspections of critical systems to ensure the vessel's operational readiness for naval research missions. This initiative underscores the importance of maintaining the Navy's maritime capabilities and safety standards, with proposals due by February 20, 2025, and a delivery timeline of 45 days post-award. Interested vendors should contact Michael Broomfield at michael.h.broomfield.civ@us.navy.mil or call 202-875-9785 for further details and to confirm their eligibility for this small business set-aside opportunity.