Zamboni Floor Scrubber
ID: FA460825QC076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT (7910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Tenant M30 Zamboni Floor Scrubber or an equivalent model, as part of a total small business set-aside initiative. The primary objective is to acquire a high-efficiency diesel-powered floor scrubber to enhance cleaning operations at Barksdale Air Force Base, significantly reducing cleaning time for a large facility while ensuring compliance with safety and operational standards. This equipment is crucial for maintaining cleanliness and operational readiness in environments affected by aircraft fluids and debris. Interested vendors must submit their quotes electronically by July 16, 2025, at 10:00 AM CDT, and can direct inquiries to SrA Damarcus Ikard at damarcus.ikard@us.af.mil or TSgt Marcus Olearnick at marcus.olearnick@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement document details the acquisition of a high-efficiency diesel-powered floor scrubber intended for a large facility at Barksdale AFB, Louisiana. The primary goal is to significantly reduce cleaning time from 7-8 hours to under 1 hour for the 41,202-square-foot area, which is subject to contamination from aircraft fluids and debris. Key specifications for the scrubber include a minimum cleaning efficiency of 100,000 square feet per hour, a robust design compatible with polished cement floors, and safety features like a hopper fire sensor and operational indicators. The contractor is responsible for equipment provision, delivery, operator training, and documentation, with a warranty period of 24 months or 1,500 hours. Security measures for contractor personnel on the base are outlined, including visitor pass application procedures and compliance with traffic regulations. Additionally, the contractor must ensure adherence to OSHA safety standards and maintain a clean workspace. This procurement reflects the military's effort to enhance operational efficiency in facility maintenance through modern equipment.
    The document outlines the Request for Quotation (RFQ) FA460825QC076, which follows Simplified Acquisition Procedures per FAR 13. It mandates that vendors must register in the System for Award Management (SAM) to be eligible for award. Submissions must be in electronic format, including essential details such as company identifiers and proposed delivery dates. Evaluation criteria focus on price and technical capability, with the government aiming to select the most advantageous offer. Key provisions include compliance with federal regulations and various clauses related to commercial products, safety, and ethical conduct. The document emphasizes the necessity of health and safety standards during contract execution, contractor access protocols to Air Force installations, and the expectations for invoicing through the Wide Area Workflow system. The RFQ encourages small business participation and detailed product descriptions, ensuring all proposals comply with governmental standards and legal obligations for federal procurement. Overall, it reflects a structured approach to federal contracting aimed at enhancing competitiveness while ensuring compliance and safety.
    The document outlines a procurement request for a high-efficiency diesel-powered floor scrubber intended for a large facility (41,202 square feet) at Barksdale Air Force Base. The goal is to significantly reduce the cleaning time from 7-8 hours to under 1 hour, addressing contamination from aircraft fluids and debris. The contractor must provide the scrubber along with delivery, operator training, and necessary documentation. Specifications include a cleaning efficiency of 100,000 square feet per hour, a minimum cleaning width of 48 inches, and features like a cushioned seat, tilt steering, and high-capacity tanks for solution and recovery. Durability for high-traffic areas and various safety features are essential, as well as a service agreement with an OEM within 50 miles for maintenance support. Contractor responsibilities also include adhering to safety regulations, maintaining a clean work area, and ensuring employee compliance with base conduct standards. The document emphasizes the importance of a comprehensive approach to operational efficiency and safety for effective facility management at the Air Force Base.
    The document outlines specifications for a cleaning machine, likely as part of a government Request for Proposal (RFP). Key requirements include UL certification, a diesel power source with a noise level below 84 dBA, and dimensions not exceeding 70 inches in width and 72 inches in height. It mandates a minimum cleaning width of 48 inches, 75-gallon solution tank capacity, and 90-gallon recovery tank capacity. The machine should feature high-speed brush operations, a parabolic squeegee with a breakaway system, and adequate safety measures, including fire sensors and alarms. Operator comfort is emphasized through cushioned seats and tilt steering, while maintenance is supported by local OEM service and built-in diagnostics. Additionally, on-site training by the OEM is required, along with a warranty covering 24 months or 1500 hours. This document serves as a guideline for suppliers to meet strict operational standards and emphasizes the importance of safety, efficiency, and long-term support for government installations. The context reinforces the government's commitment to acquiring durable and reliable equipment for operational readiness.
    This document outlines the provisions and clauses relevant to Request for Quotation (RFQ) FA460825QC076, which adheres to the Simplified Acquisition Procedures as per FAR 13. Vendors must be registered in the System for Award Management (SAM) and submit their quotes electronically by the specified deadline, including comprehensive product details and company identifiers. Evaluation of offers will be based on price and technical assessments, with a focus on conformity to technical specifications. The lowest three bids will undergo a technical evaluation to determine their acceptability. Contractors are required to comply with numerous Federal Acquisition Regulation (FAR) clauses addressing various aspects, including internal confidentiality agreements, and contractors' responsibilities involving anti-trafficking measures and subcontracting policies. The document also emphasizes health and safety standards for work performed on government installations and outlines the process for contractor access to Air Force properties. In summary, this solicitation is a structured approach to acquire goods and services while ensuring regulatory compliance and fostering participation from small businesses amidst strict guidelines for the bidding process.
    Lifecycle
    Title
    Type
    Zamboni Floor Scrubber
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    49--CLEANER,ULTRASONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ultrasonic cleaners, specifically NSN 4940013029065, with a total quantity of six units required for delivery to DLA Distribution. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the commercial and service industry machinery manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    29--AIR CLEANER,INTAKE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of the Air Cleaner, Intake (NSN 2940011583182). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in maintaining military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's DIBBS platform.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation FA813226Q0007. The requirements specify a forklift capable of lifting at least 1,000 lbs to a height of 21-22 feet, with a maximum width of 54 inches and operational features including 40-inch forks, an amber strobe light, and passive fall protection. This equipment is crucial for efficient warehouse operations, and the contract is set aside exclusively for small businesses under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST, and must remain valid for 90 days; interested parties should contact Margaret King at margaret.king.1@us.af.mil or 405-736-2456 for further details.
    25--PUMP,WINDOW WASHER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of window washer pumps, specifically NSN 2540013859031, with a total quantity of 2,691 units required for delivery within 80 days after order. This procurement is critical for maintaining vehicular equipment components, ensuring operational readiness for military vehicles. The contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of 403 units. Interested vendors should submit their quotes electronically and direct any inquiries to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    PARTS CLEANING AND MAINTENANCE - SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking a contractor for parts cleaning and maintenance services at its Weapons Support – VID, Industrial Plant Equipment (IPE) Services Division located in Mechanicsburg, Pennsylvania. The procurement involves maintaining and servicing 15 government-owned parts cleaning tanks, which includes periodic cleaning and fluid changes using Crystal Clean 142 Mineral Spirits, with a contract structured as a firm-fixed-price award over a base period of 12 months and two optional 12-month periods. This requirement is critical for ensuring the operational efficiency of industrial machinery, as the tanks are essential for cleaning machinery parts used in various defense applications. Interested vendors must submit their quotes by December 8, 2025, and ensure they are registered in the System for Award Management (SAM) prior to award; inquiries should be directed to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 807-2430.