REPAIR 2006 BUCKET TRUCK
ID: W50S8525QA007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MIANG 127SELFRIDGE ANGB, MI, 48045-5213, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking a contractor to repair a 2006 International Hi Reach Truck at Selfridge Air National Guard Base in Michigan. The primary objective is to restore the truck's unserviceable mechanical boom, with repairs to be conducted in accordance with Original Equipment Manufacturer (OEM) specifications and relevant ANSI and OSHA standards. This repair is crucial for maintaining operational readiness and ensuring the safety and functionality of the vehicle, which is essential for various military operations. Interested contractors must be located within 50 miles of the base and are required to complete the repairs within 120 days of contract initiation. For further inquiries, potential bidders can contact Austin Parks at austin.parks.8@us.af.mil or by phone at 586-239-5235.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Government seeks a contractor to repair a 2006 International Hi Reach Truck at Selfridge Air National Guard Base, Michigan. The truck's mechanical boom is unserviceable, requiring comprehensive repairs outlined in Technical Exhibit 1 (TE1). The contractor must be within 50 miles of the base and complete the repairs within 120 days of contract initiation. All services must align with Original Equipment Manufacturer (OEM) specifications, ensuring compliance with relevant safety and quality standards. The contractor is responsible for all necessary materials, tools, and personnel, while the government will transport the vehicle to and from the repair facility. Repairs include resealing, replacing parts, and performing structural and functional tests, including an A/C qualification dielectric test. The contractor must also provide a warranty for parts and labor after completing repairs, with a commitment to address any deficiencies identified during government inspections. This document emphasizes strict adherence to safety protocols, quality assurance processes, and regulatory compliance throughout the repair process. Overall, the RFP illustrates the government's commitment to maintaining its equipment and ensuring operational readiness.
    The document addresses inquiries related to the repair of a 2006 Bucket Truck at Selfridge Air National Guard Base in Michigan, specifically identified by solicitation number W50S85-25-Q-A007. It includes a question from a vendor requesting the truck’s Vehicle Identification Number (VIN) and confirmation of the boom's make and model. The response provides the required VIN (1HTMMAAN96H318881) and details about the boom, confirming it is an Altec AN650 with serial number 1105-U2987. The purpose of the document is to facilitate communication between the contracting agency and vendors regarding the vehicle's specifications necessary for the repair work, ensuring all parties are adequately informed to proceed with the solicitation process. The Q&A will be updated periodically and posted on relevant federal platforms to keep vendors informed.
    This document is a combined synopsis and solicitation for commercial services, specifically a Request for Quote (RFQ) for the repair of a 2006 International Hi Reach Truck (Vehicle No. 06C00095) due to a mechanical malfunction. The government seeks a contractor within 50 miles of Selfridge Air National Guard Base, MI, to perform repairs following the original equipment manufacturer's (OEM) specifications and comply with ANSI and OSHA standards. The solicitation details the evaluation process for quotes, indicating that the lowest priced technically acceptable offer will win the contract, and includes necessary provisions and clauses, such as those related to vendor representation and certifications. It emphasizes the requirement for parts installation according to OEM standards, a complete structural test and A/C qualification dielectric test post-repair, and the inclusion of specific clauses that apply to managing government contracts. Additionally, the document highlights the need for contractors to declare compliance with various regulatory obligations, reflecting the government’s commitment to fair and ethical procurement practices.
    Lifecycle
    Title
    Type
    REPAIR 2006 BUCKET TRUCK
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    J023--Automotive Truck Repair CMOP Hines (EPS)-765 (765-26-1-715-0003) / (VA-26-00009705)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the repair of a 2008 Ford F-350 truck, specifically addressing a non-functioning air conditioning unit, through its National CMOP Office in Hines, Illinois. Vendors must be certified Ford repair centers, registered with local and state authorities, possess ASE certification, and maintain an active SAM.gov profile in good standing. The repairs are to be conducted within a 30-mile radius of the EPS worksite and completed within 7 days of contract signing, with all costs, including parts and labor, determined at the time of award. Interested vendors must submit their proposals by December 17, 2025, at 2 PM CST, and can direct inquiries to Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or by phone at 913-946-1981.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Mobile Lifts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of wireless mobile column lifts to be utilized at Fort Leonard Wood, MO. The required lifts must have a lifting capacity of at least 18,000 lbs, a rise height of no less than 70 inches, and a base width of at least 45 inches, along with features such as a 110v onboard charger and linkable controls. These mobile lifts are critical for vehicle maintenance and repair operations, ensuring efficient handling of heavy vehicles. Interested small businesses should reach out to Chris Bryson at chris.n.bryson.civ@army.mil or call 573-596-4219 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    M88A2 Magnetic Clutch Repair Sources Sought
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking sources for the repair of the M88A2 Magnetic Clutch, specifically the Power Take-off (PTO) Clutch Assembly, under a proposed five-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement involves the teardown, inspection, and repair of an estimated minimum of 15 and a maximum of 267 units of the National Stock Number (NSN) 2520-01-480-7818, which is critical for the operational readiness of the M88A2 vehicle. The contract will utilize Army Working Capital Funds (AWCF) and is intended to support the Tank Automotive Armaments Command (TACOM) Integrated Logistics Support Center (ILSC). Interested parties should contact Andrew Zielinsky at andrew.j.zielinsky.civ@army.mil for further details.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.