E450AJ JLG lift with non marking tires and AGM 305AH batteries
ID: 80NSSC25894710QType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH (AJ11)

Set Aside

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

    NASA's National Aeronautics and Space Administration is seeking to procure an E450AJ JLG lift equipped with non-marking tires and AGM 305AH batteries, as outlined in their Request for Quotation (RFQ). The procurement is set aside for small businesses, and interested offerors are required to submit their bids by February 11, 2025, including essential details such as CAGE Code, lead time for delivery, and pricing. This lift is crucial for maintaining operational efficiency and safety in NASA's facilities, emphasizing the agency's commitment to engaging small businesses in federal contracting opportunities. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document appears to be corrupted or unreadable, obstructing any discernible content related to federal government RFPs, federal grants, or state and local RFPs. Hence, it cannot be summarized or analyzed for key ideas or structural elements. Without identifiable text, vital information pertaining to the main topic or underlying purpose remains inaccessible. Thus, we cannot deliver an accurate or coherent summary as the essential details, context, and intended messages of the document are undetectable.
    The document is a Request for Quotation (RFQ) issued by NASA for the procurement of an E450AJ JLG lift equipped with non-marking tires and AGM 305AH batteries. It includes a Statement of Work, instructions for offerors, solicitation provisions, clauses, and quote evaluation criteria. The RFQ is set aside for small businesses, requiring offerors to submit their bids by February 11, 2025, with specific information such as CAGE Code, lead time for delivery, and pricing included in the quotes. Offerors must be registered in the System for Award Management (SAM) and adhere to specific federal clauses regarding telecommunications and equipment. Key provisions include representations related to business size, ownership, corporate responsibility, and compliance with federal laws, including regulations on child labor, export controls, and telecommunications. The RFQ emphasizes transparency, requiring detailed disclosures regarding the manufacturing location and corporate affiliations. This procurement effort indicates NASA's intent to maintain high standards of compliance and accountability while enabling small businesses to engage in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Electric Articulating Boom Lift
    Buyer not available
    The Department of Defense, specifically the 910th Airlift Wing, is seeking quotations for the procurement of one new Genie Model Z45/25J articulating boom lift or an equivalent model. The lift must meet specific technical specifications, including a maximum working height of 51 feet 9 inches and a platform capacity of 500 pounds, to support operational needs at the Vienna, Ohio location. This procurement is set aside for small businesses under NAICS code 333924, with the evaluation criteria focused on lowest price and technical acceptability. Interested vendors must submit their quotations, including necessary documentation, by 10:00 a.m. EST on March 7, 2025, to Joseph Perry at joseph.perry.14@us.af.mil.
    SOLICITATION Q&A: Rental of Four (4) 600AJ and Two (2) 600S JLG Manlifts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy at the Portsmouth Naval Shipyard, is seeking proposals for the rental of four (4) 600AJ and two (2) 600S JLG manlifts. The procurement aims to fulfill a new requirement for equipment rental, with the manlifts being essential for various operational tasks at the Naval Base New London in Groton, Connecticut. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 532490, which pertains to other commercial and industrial machinery and equipment rental and leasing. Interested vendors can reach out to Bob Watters at robert.watters@navy.mil or call 207-438-2205 for further details.
    Lockmasters Locks: 9KW3 7 DEU 15D STK 626 RQE 12V.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking bids from qualified small businesses for the procurement of 20 Lockmasters Locks, specifically the model 9KW3 7 DEU 15D STK 626 RQE 12V. This procurement is critical for enhancing security operations at federal facilities, as the locks will be utilized by the Office of Protective Services at Langley Research Center. Interested vendors must submit their quotations by February 7, 2025, and ensure compliance with federal procurement guidelines, including providing a Cage Code, UEI number, and addressing any technical inquiries to the designated contact, Laura Quave, at laura.a.quave@nasa.gov or by phone at 228-813-6420. The contract will be awarded based on adherence to specifications and the overall value of the bids submitted.
    125’ TELESCOPIC BOOMLIFT WITH JIB 4WD RENTAL Amend 01
    Buyer not available
    The Department of Defense, specifically the U.S. Navy, is seeking qualified vendors for the rental of a 125-foot telescopic boom lift with four-wheel drive, intended for use in a restoration project aboard the USS Theodore Roosevelt (CVN 71). This procurement is part of the aircraft carrier's hangar bay restoration initiative, scheduled from February 18, 2025, to June 30, 2025, and emphasizes the need for timely delivery and compliance with federal regulations. Interested contractors must submit their quotations by February 6, 2025, and ensure registration in the System for Award Management (SAM) prior to bidding. For further inquiries, vendors can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or by phone at 619-556-6436.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    (Two) High Sensitivity Fast Overhauser Magnetometer Base Stations w/GPS Option A Kit
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting quotes for two High Sensitivity Fast Overhauser Magnetometer Base Stations, with an optional GPS kit, under Request for Quotation (RFQ) 80NSSC25893588Q. The procurement aims to acquire GSM-19FB v9.0 magnetometers, which are essential for precise magnetic field calibration at the Magnetic Calibration Facility, ensuring compliance with industry standards. These precision instruments must meet stringent technical specifications, including a sensitivity of better than 0.02 nT and rugged construction for environmental durability. Interested small businesses must submit their quotes to Kacey Hickman via email by February 6, 2025, ensuring validity for 30 days, and comply with various federal regulations and certifications.
    39--FOMC ADA LIFT REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide and install a firm fixed-price ADA-compliant wheelchair platform lift at the Hampton National Historic Site in Towson, Maryland. The project aims to replace a malfunctioning lift, ensuring accessibility for individuals with disabilities while adhering to federal regulations and historical preservation standards. This procurement is significant for enhancing public services at national parks and is set aside for small businesses, with a submission deadline for quotes by February 6, 2025, and a performance period from February 20, 2025, to May 1, 2025. Interested vendors should direct inquiries to Contract Specialist Joshua Kirleis and ensure compliance with all specified documentation and wage determinations.
    Elevator Inspections
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking a contractor to provide elevator inspection services at multiple locations in Missouri. The contract will cover inspections for traction elevators, hydraulic elevators, and chairlifts at the NGA facilities in St. Louis and Arnold, ensuring compliance with safety standards. This procurement is a total small business set-aside under NAICS code 238290, emphasizing the importance of maintaining safe and operational elevator systems within government facilities. Interested parties should note that the request for quotes is expected to be posted on or about February 19, 2025, and can contact Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil or 314-676-0184 for further information.
    CNC (COMPUTER NUMERICAL CONTROL) ROUTER
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of a Computer Numerical Control (CNC) Router, as outlined in solicitation number 80TECH25Q0042. The CNC Router is required to meet specific operational needs at NASA's Langley Research Center, with a focus on machining advanced materials and ensuring compliance with federal regulations, including Section 508 standards. This procurement is a total small business set-aside, and interested vendors must submit their quotes by February 14, 2025, at 3:00 PM EST, including all required documentation and pricing details. For inquiries, vendors can contact Nicolas Zogaib at nicolas.a.zogaib@nasa.gov.