Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Front Wheel Loader Rental

DEPT OF DEFENSE N4215825PN106
Total Obligated
$212,292
SAM.gov
Current Recipient
PERFECTED SOLUTIONS LLC Cheltenham MD 20623 USA
Sep 3, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for the rental of an all-terrain front wheel loader, with a minimum rental weight of 36,000 lbs. The procurement requires the loader to be equipped with specific attachments, including a bucket size ranging from 3.9 to 5.5 cubic yards and firm 8-foot forks, and emphasizes the need for daily, weekly, and monthly pricing options for the base year and two option years. This rental equipment is crucial for material handling operations at the shipyard, ensuring efficient and effective support for ongoing projects. Interested vendors must submit their quotes by August 20, 2025, at 12 PM EST, via email to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil, and must be registered in SAM.gov to be eligible for consideration.

Classification Codes

NAICS Code
532490
Other Commercial and Industrial Machinery and Equipment Rental and Leasing
PSC Code
W039
LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT

Solicitation Documents

3 Files
Solicitation Q AND A.pdf
PDF100 KBAug 21, 2025
AI Summary
This document outlines responses to vendor questions regarding a new government solicitation for equipment rental, specifically a front wheel loader. Key requirements include a bucket size of 3.9 to 5.5 cubic yards and firm 8-foot forks. The solicitation is a new requirement, not a contract renewal. Vendors must provide daily, weekly, and monthly pricing for the wheel loader, forks, and bucket for the base year and all option years. The government requires pricing for all three categories (daily, hourly, and monthly).
STATEMENT OF WORK _Redacted.pdf
PDF159 KBAug 21, 2025
AI Summary
This government file outlines the responsibilities of a contractor and the government for the rental of an all-terrain front wheel loader for one year at the Norfolk Naval Shipyard (NNSY). The contractor must provide the diesel-powered loader with specific attachments, deliver and pick it up from NNSY, and offer technical support and repairs at no additional cost. Delivery drivers require access to NNSY. The government's responsibilities include meeting delivery drivers and safely transporting the loader within NNSY. The document details procedures for picking up rental units after contract expiration and outlines the Defense Biometric Identification System (DBIDS) requirements for installation access for contractors, emphasizing the need for DBIDS credentials over older NCACS cards. It provides instructions for obtaining DBIDS credentials for those with and without existing NCACS cards, noting that non-participation in DBIDS requires daily passes and vehicle inspections at the contractor's expense. The file also prohibits portable electronic devices in submarine spaces, mandates adherence to Federal and State OSHA requirements for safety and hazardous energy control, and specifies procedures for after-hours access and authorization of additional work, emphasizing that unauthorized work will not be paid for.
Combined Synopsis-Solicitation_ N4215825RC50851.docx
Word27 KBAug 21, 2025
AI Summary
The Norfolk Naval Shipyard Service Contracts Division has issued a combined synopsis/solicitation (RFQ N4215825PN106) for the lease of wheel loaders and associated attachments. This 100% small business set-aside procurement, under NAICS Code 532490, requests proposals for daily, weekly, or monthly rentals of wheel loaders, wheel loader frame/forks, and loader buckets. The contract includes a base year (September 15, 2025 – September 14, 2026) and two option years. All submissions must include pricing, FOB Destination shipping costs to Norfolk Naval Shipyard, and a detailed unpriced capabilities statement. Quotes are due by August 20, 2025, at 12 PM EST via email to Miracle.m.griffin.civ@us.navy.mil, and must be valid for at least 60 days. Award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation. Vendors must be registered in SAM.gov to be considered.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 15, 2025
amendedAmendment #1Aug 19, 2025
amendedAmendment #2Aug 20, 2025
amendedLatest AmendmentAug 21, 2025
deadlineResponse DeadlineAug 21, 2025
awardAwarded to PERFECTED SOLUTIONS LLC Cheltenham MD 20623 USASep 3, 2025
expiryArchive DateSep 5, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NORFOLK NAVAL SHIPYARD GF

Point of Contact

Name
Miracle Griffin

Place of Performance

Portsmouth, Virginia, UNITED STATES

Official Sources