Electric Slab Scissor Lift Lease
ID: N6852025Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

General Rental Centers (532310)

PSC

LEASE OR RENTAL OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (W049)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking quotes for the lease of four electric slab scissor lifts to be utilized at Naval Air Station North Island in San Diego, California. The procurement aims to support personnel in surface preparation tasks for aircraft, with key specifications including a minimum weight capacity of 500 lbs and a platform height of at least 15 feet, all while adhering to OSHA and ANSI safety standards. Interested vendors must submit their quotes by 4:00 PM EDT on April 11, 2025, to be considered, and all submissions should be directed to Sean Quigley via email at sean.s.quigley.civ@us.navy.mil. The contract will be awarded on a firm fixed-price basis, with evaluations based on technical acceptability and price.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) for the leasing of four electric scissor lifts for the Fleet Readiness Center Southwest at Naval Air Station North Island, San Diego, CA. The contract includes a base year lease and four one-year option years. Each lease covers the delivery and pickup of the lifts, conforming to a specified Statement of Work (SOW) focusing on safe operation for personnel during surface preparations on aircraft. Key specifications for the scissor lifts include a weight capacity of at least 500 lbs, a platform height of no less than 15 feet, and adherence to OSHA and ANSI safety standards regarding guard rails. Delivery is required within 30 days post-award, and arrangements must comply with established base access regulations. Payment will be processed through the Wide Area Workflow (WAWF) system, with specified points of contact for technical and administrative queries outlined in the document. The document is structured into sections detailing supplies and services, the SOW, compliance requirements, inspection terms, delivery performance, and contractual obligations, reflecting the standard protocols associated with federal procurement processes. Its primary purpose is to solicit bids for leasing equipment essential to naval operations while ensuring all safety and regulatory measures are met.
Apr 7, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) for leasing four electric slab scissor lifts for the Fleet Readiness Center SouthWest at Naval Air Station North Island in San Diego, California, over a 12-month period. The lifts are essential for personnel conducting surface preparations on aircraft. Key requirements include a minimum weight capacity of 500 lbs, a platform height of at least 15 feet, and a turning radius suitable for standard doors. The lifts must conform to OSHA and ANSI safety standards, including guard rails for personnel safety. Deliveries should occur within 30 days post-award, and all arrangements for delivery and return must be coordinated with designated contacts. The contractor must ensure all employees have the necessary base access and clearances. Payments will be processed through the Wide Area Workflow (WAWF) system, with specific roles defined for invoicing. This RFP emphasizes safety, timely delivery, and adherence to regulatory compliance, ensuring the operational readiness and safety of naval personnel.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Lift Tables
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is soliciting quotes for a Firm Fixed Price contract for the procurement of manual lift tables, specifically designed to meet military specifications. The requirement includes four lift tables with a 1,000-pound capacity, featuring foot pedal controls, a 360° manual rotating deck, and robust steel construction, with a delivery deadline of June 1, 2025, and options for future orders. These lift tables are critical for various operational tasks within the Navy, ensuring efficiency and safety in handling heavy equipment. Interested small businesses must submit their offers electronically by April 25, 2025, and can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or 401-832-8962 for further information.
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 seeking proposals for the procurement of a JLG style boom lift required for operations in Romania. This solicitation falls under the NAICS code 336611, which pertains to Ship Building and Repairing, indicating the lift's importance in supporting naval operations and maintenance activities. Interested vendors should note that inquiries can be directed to Juan Tapia at the provided telephone number or email address for further details. The procurement process is currently open, and potential bidders are encouraged to respond promptly.
MHE North Island
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 6,000-pound capacity forklifts for use within the Continental United States (CONUS). The procurement includes various models, such as diesel and propane forklifts, with specific requirements for lifting capabilities, safety features, and operational controls, as outlined in the updated Statement of Work. This contract is crucial for supporting the DLA's mission to manage surplus Department of Defense property effectively, ensuring that the necessary equipment is available for operational needs. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 30, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
Forklift and Flatbed Rental
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the rental of forklifts and a flatbed trailer to support the Booster Test Program at Vandenberg Space Force Base in California. The procurement requires two industrial-type forklifts with capacities of either 25K or 36K and a 38 or 40-foot flatbed trailer, all of which must meet specific operational and safety standards. This equipment is crucial for transporting and handling materials necessary for the program, which runs from April 2022 to November 2026. Interested vendors should note that the submission deadline for proposals has been extended to April 22, 2025, at 1400 PT, and must acknowledge the amendment to the solicitation. For further inquiries, contact Shelby Cordts at shelby.cordts@spaceforce.mil or Jake Hluska at james.hluska@spaceforce.mil.
Extendable Boom Forklift (EBFL)
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is conducting market research for the procurement of approximately 348 Extendable Boom Forklifts (EBFLs) capable of handling heavy military pallets in diverse terrains and climates. The EBFLs must meet specific requirements, including the ability to load and unload pallets weighing up to 10,000 pounds, operate in Chemical, Biological, Radiological, and Nuclear (CBRN) environments, and be compatible with various military aircraft and transportation methods. These forklifts are essential for enhancing the Marine Corps' logistical efficiency and operational readiness, particularly for handling ammunition, cargo, and supplies in challenging conditions. Interested vendors are invited to submit their production estimates, pricing, and capabilities by May 15, 2025, with the actual Request for Proposal (RFP) anticipated in Fiscal Year 2026. For further inquiries, vendors may contact Jamie Fullinwider at jamie.fullinwider@usmc.mil or Corinne Beadle at corinne.beadle.civ@usmc.mil.
39--ELEVATOR,FREIGHT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a freight elevator, specifically NSN 3960012777589, to be delivered to the USS Wasp LHD 1. The requirement includes one unit with a delivery timeline of 90 days after the order is placed, and the approved source for this procurement is identified as 12190 PF43100-500. This elevator is crucial for materials handling on naval vessels, ensuring efficient transport of goods and personnel. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
FRCSW C2 and C3 Hoist Inspection and Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to provide inspection, repair, and upgrade services for overhead electric traveling hoists, specifically for the C2 and C3 systems at Fleet Readiness Center Southwest (FRCSW) in North Island. The procurement includes the replacement and repair of hoists, associated hangers, runway rails, and electrical control systems, which are critical for maintaining operational efficiency and safety in military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Brandi Firestien at brandi.firestien@navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders should prepare their proposals accordingly.
Diesel Forklift, 4,000 Pound Capacity with Cab
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a Diesel Forklift with a 4,000-pound capacity and a cab, as part of a Combined Synopsis/Solicitation. Bidders are required to provide detailed specifications along with their proposals, as the procurement is set aside for small businesses under the SBA guidelines. This forklift is essential for various logistical operations within military settings, ensuring efficient material handling and transportation. Interested vendors should direct their inquiries to Gwynne Bass at gwynne.r.bass.civ@army.mil or call 804-633-8255 for further details regarding the submission process.
CONUS 36k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 36K Diesel Forklifts through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period and two option periods. The procurement aims to support the disposal of excess Department of Defense (DoD) property across the Continental United States (CONUS), requiring forklifts with a lifting capacity of 36,000 lbs, safety features, and enclosed cabs, along with potential familiarization training. Interested contractors must submit their quotes by May 8, 2025, at 3:00 PM Eastern Time, and are encouraged to direct any questions to the primary contact, James Isola, at James.Isola@dla.mil. The contract is set aside for small businesses under NAICS code 333924, with a focus on ensuring compliance with all applicable regulations and guidelines.