Articulated Boom Lifts
ID: FA441925Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, Oklahoma, is seeking quotes for the procurement of three articulated boom lifts, with a preference for the "Genie Z-45/25J DC" model or an equivalent. These lifts are essential for various operational tasks, requiring specific technical characteristics such as a maximum working height of at least 51 feet, a platform width of 6 feet, and electric/battery operation, among others. This procurement is set aside for small businesses under NAICS code 333924, emphasizing the government's commitment to supporting small enterprises while upgrading essential equipment. Interested vendors must submit their quotes by April 11, 2025, and direct any questions to Brittany Mungaven at brittany.mungaven@us.af.mil or Katharine Lewis at katharine.lewis.1@us.af.mil by April 3, 2025.

Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
Apr 2, 2025, 7:04 PM UTC
The document provides instructions for offerors participating in the federal RFP FA441925Q0024. It specifies that the price submission must be completed using Page 3 of the Combo form and accompanied by an itemized quote or specification sheet, which should be submitted electronically via designated email addresses. Offerors are required to enter unit prices for the items related to each Contract Line Item Number (CLIN) to have the total extended and subsequently calculated. The document emphasizes the necessity for the offeror’s registration in the System for Award Management (SAM) to reflect the appropriate North American Industry Classification System (NAICS) code 333924. This instruction aims to streamline the evaluation process in accordance with federal procurement regulations. Overall, the document serves to clarify submission procedures and compliance requirements for potential contractors responding to the RFP.
Apr 2, 2025, 7:04 PM UTC
The document outlines the evaluation criteria for offers submitted in response to solicitation FA441925Q0024, detailing how the government will select the most advantageous proposal. The evaluation focuses on two primary factors: Price and Technical Acceptability. The most favorable proposal will be the technically acceptable quote with the lowest evaluated price. Vendors must accept all requirements and ensure their submissions meet specified technical criteria. The total evaluated price will be based on CLIN 0001, with the contracting officer required to assess the price for fairness and reasonableness. Technical acceptability is determined by whether a quote meets the salient characteristics defined in the solicitation, resulting in either an “acceptable” or “unacceptable” rating. This evaluation process emphasizes compliance with solicitation specifications, ensuring proposals align with government standards while prioritizing cost-effectiveness and quality of service.
Apr 2, 2025, 7:04 PM UTC
The document FA441925Q0024 outlines various federal acquisition clauses incorporated by reference and details the terms that govern offers for commercial products and services. It emphasizes compliance with regulations that pertain to payment processing, item identification, and certifications related to workforce and legal statuses. Key clauses include stipulations regarding whistleblower rights, the prohibition of certain telecommunications equipment, conditions for identifying items uniquely for defense, and requirements for electronic invoicing and payment requests. It provides instructions for offerors on filling out representations and certifications, including those for small businesses, veterans, and compliance with child labor laws. The document is structured into sections detailing clauses in both reference form and full text, including definitions and requirements for contractors. Overall, it serves to ensure that stakeholders understand their obligations in governmental contracting, focusing on transparency and compliance with law.
Apr 1, 2025, 9:04 PM UTC
The document is a combined synopsis and solicitation for the procurement of articulated boom lifts, specifically the brand name "Genie Z-45/25J DC" or equal, for the 97 MXS/MXMTA Inspection Flight at Altus Air Force Base. The solicitation number is FA4419-25-Q-0024, with a submission deadline for proposals on April 11, 2025. This request is designated as a 100% small business set aside, aligning with NAICS code 333924, which pertains to industrial truck and machinery manufacturing. The lifts will replace three outdated aerial lifts for both indoor and outdoor use, thus requiring salient characteristics as specified in the attached document. Interested offerors must ensure their SAM registration is current and submit any questions by April 3, 2025. Key attachments include a pricing schedule, salient characteristics, instructions to offerors, evaluation factors, and relevant clauses and provisions. The point of contact for further inquiries is Kasey Humble, with contact details provided. This solicitation emphasizes compliance with federal acquisition regulations while encouraging small business participation in government contracts, an essential aspect of federal procurement processes.
Apr 2, 2025, 7:04 PM UTC
The solicitation FA4419-25-Q-0024 is a combined synopsis for acquiring three articulated boom lifts, specifically the "Genie Z-45/25J DC" or an equivalent model, for the 97 MXS/MXMTA Inspection Flight at Altus AFB, Oklahoma. This procurement is set aside for small businesses under NAICS code 333924. The announcement invites submissions with no written solicitation to follow, detailing instructions and requirements in accordance with federal acquisition regulations. Offerors are required to comply with provisions such as updated vendor certifications at SAM.gov and adhere to relevant FAR clauses. The deadline for questions is April 3, 2025, and submissions are due by April 11, 2025. The document specifies the FOB point as destination, with delivery outlined in the attached pricing schedule. Additionally, attachments include salient characteristics, instructions for offerors, evaluation factors, and clauses and provisions that provide further detailed guidance for prospective bidders. This solicitation reflects the military's commitment to upgrading outdated equipment while supporting small businesses through the procurement process.
Lifecycle
Title
Type
Articulated Boom Lifts
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Boom Lift
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 60-foot articulated boom lift, essential for maintenance tasks around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The procurement is set aside for 100% Small Business participation and requires the boom lift to meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This acquisition is critical for ensuring operational readiness and safety in aircraft maintenance, reflecting ongoing modernization efforts within military logistics. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and are encouraged to contact Jason Camelo or Melissa Biggar for further information.
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.
Explosion Proof Human Lifts
Buyer not available
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.
Electric Slab Scissor Lift Lease
Buyer not available
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.
Electric Scissor Lift
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the procurement of an Electric Scissor Lift from Incredible Supply & Logistics. The primary requirement is for a JLG Electric Scissor Lift with a platform height of 32 feet and a capacity of 705 pounds, which must meet EE rating-UL Certification standards, as outlined in the attached Statement of Work. This equipment is crucial for the Equipment Repair and Maintenance Branch, ensuring compliance with government procurement guidelines and efficient operations. Interested vendors must submit their capabilities by April 11, 2025, at 10:00 a.m. EST, and should direct inquiries to Erica Sites at erica.l.sites.civ@us.navy.mil or by phone at 301-744-6671.
High Reach Bucket Truck Lease
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to lease a 6x6 100-foot High Reach Bucket Truck for use at Holloman Air Force Base in New Mexico. The lease will cover a base period of 12 months, with the option to extend for four additional 12-month periods, and the vehicle must meet specific operational and safety requirements, including a maximum working height of 104.8 feet and a platform capacity of at least 350 lbs. This procurement is critical for ensuring the Air Force has access to reliable aerial platform vehicles for maintenance and operational tasks, emphasizing safety and compliance with federal regulations. Interested offerors must submit their quotes by April 28, 2025, and are encouraged to direct any inquiries to Cassandra Bengfort at cassandra.bengfort@us.af.mil or Kelly Scott at kelly.scott.8@us.af.mil.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized maintenance stands, including cargo door stands, aileron stands, and beavertail stands, which must comply with stringent safety and operational standards. The procurement is exclusively open to small businesses, with quotes due by April 22, 2025, and all submissions must adhere to the outlined technical specifications and safety regulations. Interested vendors should contact Cory Rainey-Hedrick or Marc J. Kreienbrink for further details and clarification.
GENIE Lift FOR US EMBASSY DJIBOUTI
Buyer not available
The U.S. Embassy in Djibouti is soliciting offers for the procurement of one piece of a GENIE AWP-36S AC Aerial Work Platform or an equivalent model. The equipment is required to meet specific operational needs, with a load capacity of 350 lbs and a closed height of 9 feet 1 inch, making it suitable for various aerial work applications. Interested vendors must submit their proposals electronically, including both financial and technical offers, along with a signed certification of compliance with federal anti-discrimination laws. For further inquiries, vendors can contact Jesse C. Flowers at flowersjc@state.gov or by phone at 253-775-48273. The deadline for submissions is not specified in the provided information.
Electric Reach Truck
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers capable of providing an electric reach truck and battery charger for the LGRML warehouse at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement aims to enhance Material Handling Equipment (MHE) capabilities, enabling efficient management of a warehouse containing over 12,000 line items valued at more than $150 million, which supports various operational needs for the U.S. Navy. The electric reach truck must meet specific requirements, including a minimum lift capacity of 3,500 lbs., a lift height of at least 190 inches, and a narrow design for maneuverability in tight spaces. Interested vendors are encouraged to respond by April 11, 2025, with their capabilities and relevant business details, noting that funding is not currently available for this procurement and that the government may cancel the solicitation without obligation for reimbursement. For inquiries, contact Noah Whiting at noah.whiting.1@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil.
Lift truck
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lift trucks through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses under the SBA guidelines, focusing on the Heavy Duty Truck Manufacturing industry, with the relevant NAICS code being 336120. Lift trucks are critical for various military operations, facilitating the movement and handling of materials and equipment. Interested parties can reach out to Jessica Kelley at jessica.l.kelley24.civ@army.mil or by phone at 845-239-8263, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the solicitation process.