185 Foot Telescoping Boom Aerial Lift
ID: W912NW25Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

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

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command, is seeking proposals from qualified small businesses for the rental of a 185 Foot Telescoping Boom Aerial Lift for a period of two months. This procurement is set aside for small businesses, particularly those owned by service-disabled veterans, and aims to ensure compliance with various federal regulations, including telecommunications and cybersecurity standards. The solicitation emphasizes the importance of fair contracting practices and requires vendors to submit their representations and certifications electronically via the System for Award Management (SAM). Interested parties must submit their quotes by April 16, 2025, at 2:00 PM local time, and should direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
The document is a Solicitation for Rental Services (W912NW25Q0054) issued by the Army Contracting Command for the provision of a Boom Lift for a period of two months. The solicitation outlines the offer submission deadline, which is set for April 16, 2025, at 2:00 PM local time. The acquisition is set aside for small businesses, specifically those owned by service-disabled veterans. Key details include the delivery terms, inspection and acceptance processes, and specific contractual clauses that must be adhered to, including regulations related to telecommunications and cybersecurity. The document also addresses the need for compliance with various federal regulations, including those pertaining to child labor and anti-corruption measures, while requiring that vendors provide their representations and certifications electronically via the System for Award Management (SAM). Overall, the solicitation emphasizes the government's commitment to fair contracting practices while ensuring that all participating businesses adhere to stringent regulatory requirements associated with federal contracts. This procurement exemplifies standard practices in federal and local RFP processes, aimed at promoting small business participation and ensuring compliance with federal mandates.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
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.
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.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
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.
1ABCT Heavy Crane Lease
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease of a heavy crane to support military operations at Fort Riley, Kansas. The contractor will be responsible for providing a crane capable of hoisting an M1A2 Abrams tank (73.59 tons) off rail cars and onto the ground, along with operators and a rigging team, from May 7 to May 10, 2025. This procurement is critical for military logistics, as it addresses the government's need for specialized equipment to handle heavy military vehicles and ensure efficient operations at the Camp Funston Rail Yard. Interested parties should note that the total contract value is capped at $40 million, and questions regarding the solicitation must be submitted by April 29, 2025, to the primary contact, Joni N. Wardosky, at joni.n.wardosky.civ@army.mil.
Long Term Bucket Truck Rental; Base Year Plus Four Option Years
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck at Malmstrom Air Force Base in Montana, with a contract duration of one base year plus four optional years. The procurement aims to secure a high voltage bucket truck equipped with a two-person bucket, 4-wheel drive capability, and material handling jib, to enhance the operational capabilities of the 341st Civil Engineer Squadron while addressing previous maintenance delays. This contract is particularly significant as it involves compliance with safety regulations for high voltage operations and is set aside for small businesses, with an estimated total value of $47 million. Interested contractors should direct inquiries to Cody West or Joshua Crist via the provided contact details, with questions due by 12:00 PM MT on April 29, 2025.
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.
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.
Solicitation - Maintenance Stand
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of maintenance stands under a total small business set-aside contract. The requirement includes the delivery of 37 units of maintenance stands, with a firm-fixed-price contract structure and an option for an additional quantity of 100%. These maintenance stands, identified by NSN 4910-01-115-6284 and part number 12298097, are critical for military operations, necessitating compliance with military packaging standards and specific inspection and acceptance criteria. Interested contractors must submit their proposals to Contract Specialist Angelo Wilson via email by the specified deadline, ensuring they have the necessary Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package associated with this solicitation.
JLG 340SJ ARTICULATING BOOM LIFT EQUIPMENT
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide a JLG 340SJ articulating boom lift equipment for the Crownpoint Healthcare Facility in New Mexico. The procurement requires the delivery of one unit of 2024 or newer articulated boom lift equipment, with an estimated delivery timeframe of 60 days post-award. This equipment is crucial for enhancing operational capabilities at the healthcare facility, ensuring efficient maintenance and service delivery. Interested vendors must submit their quotes, including lead time and relevant documentation, to Janice Martinez at Janice.Martinez@ihs.gov by the solicitation closing date, and must be registered with the System for Award Management (SAM) to be eligible for award.