Explosion Proof Human Lifts
ID: 77532Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide explosion-proof human lifts, including modified Skyjack scissor lifts and JLG boom lifts, for use at various Air Logistics Centers, including Oklahoma City, Ogden, and Warner Robins. The procurement aims to establish a requirements contract for these specialized lifts, which must meet stringent OSHA safety specifications for hazardous environments, ensuring operational safety and compliance in areas where flammable gases may be present. Interested contractors are encouraged to submit documentation detailing their capabilities and experience by April 14, 2025, with no guarantee of future contracts or funding, and should direct inquiries to Lesley Sparks at lesley.sparks@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 5:05 PM UTC
The document is a Sources Sought Synopsis (SSS) issued by the U.S. Air Force seeking potential contractors capable of providing Explosion Proof Human Lifts, specifically modified Skyjack scissor lifts and JLG boom lifts for various air logistics centers. The government is conducting market research to assess the capabilities of interested suppliers, without guaranteeing participation in future contracts or funding for responses. Contractors are requested to submit documentation detailing their abilities, experience, and any partnerships that may enhance their qualifications. The government encourages responses from both small and large businesses and is particularly interested in potential small business participation, although no set aside decision has been made. Key requirements include detailed capability surveys reflecting past relevant work, manufacturing processes, capacity, and warranty procedures. Responses must be submitted electronically by April 14, 2025, and should adhere to specified formatting and submission guidelines. This initiative underscores the Air Force's commitment to ensuring operational safety and effectiveness through specialized equipment procurement.
Apr 8, 2025, 5:05 PM UTC
The document outlines a federal request for proposal (RFP) for the procurement of explosion-proof human lifts, specifically modified Skyjack scissor lifts and JLG boom lifts, to be utilized by the Oklahoma City, Ogden, and Warner Robins Air Logistics Centers. The contract will cover a 36-month period, requiring delivery of modified lifts that meet stringent OSHA safety specifications for hazardous locations. Key specifications include features such as foam-filled tires, explosion-proof lighting, and fall arrest systems, ensuring safety in environments with flammable gases. The RFP specifies that lifts must be new and ready for operation upon delivery and includes terms for acceptance testing, warranty provisions, and compliance with government security and supply chain risk management procedures. Additionally, the document outlines delivery logistics, points of contact within the government, and emphasizes adherence to environmental procurement guidelines. This procurement aims to enhance safety and operational capabilities in U.S. Air Force environments where hazardous materials may be present, showcasing a commitment to operational readiness and regulatory compliance.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
7 CES Spider Lift Equipment
Buyer not available
The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking small business contractors capable of providing Spider Lift equipment, specifically a CMC 75 I unit or an equivalent model. The primary requirement includes a working height of 75 feet, di-electrically rated at 46,000 volts, and featuring a fiberglass bucket for enhanced safety and durability. This procurement is essential for operational activities requiring elevated access, particularly in construction or maintenance tasks. Interested vendors are encouraged to submit their capabilities statements by May 1, 2025, to A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil, as this RFI serves as a preliminary step in market research and does not constitute a commitment to contract.
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 soliciting proposals for the procurement of a JLG style boom lift, which is required for operations in Romania. This procurement falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J998 for non-nuclear ship repair. The boom lift is essential for enhancing operational capabilities and maintenance tasks within naval facilities. Interested vendors can reach out to Juan Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.
210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
Buyer not available
The Department of Defense, specifically the New Mexico Air National Guard's 210th Red Horse Squadron, is seeking qualified contractors for the diagnostics, repair, and maintenance of six Genie Boom Lifts at Kirtland Air Force Base, New Mexico. The contract will encompass a base year plus four option years, requiring the contractor to perform routine maintenance, diagnose and repair issues, and ensure compliance with military regulations and safety protocols. This service is critical for maintaining operational readiness and functionality of equipment used in military operations. Interested parties must submit their quotations by April 30, 2025, and are encouraged to attend a site visit on April 11, 2025, with pre-registration required. For further inquiries, contact Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.
Wilson Lock Dewatering Elevator and Man lift Rentals
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Nashville District, is seeking interested parties for the rental of one elevator and four telescopic boom man lifts for operations at the Wilson Main Lock Dam in Alabama. The procurement aims to identify businesses capable of providing, installing, and maintaining a 6000 lb. personnel hoist and 135 ft. boom lifts, with a rental period expected to last three months, including options for extension or emergency inspections due to flooding risks. This opportunity is crucial for ensuring safety and compliance with OSHA standards during maintenance operations at the dam. Interested contractors must submit a capabilities package by November 25, 2024, to Cierra Vega at cierra.r.vega@usace.army.mil or R. Scott Ellis at Robert.S.Ellis@usace.army.mil for consideration.
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.
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.
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.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.