High Capacity Boom Lifts
ID: W911KF24Q0045Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

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

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of high-capacity boom lifts to be delivered to the Anniston Army Depot in Alabama. The requirement includes two telescopic hi-capacity boom lifts, two hi-capacity articulating boom lifts, two electric boom lifts, two electric scissor lifts, and one drivable vertical mast lift, along with necessary resources for design, manufacturing, delivery, and operational demonstration. These lifts are crucial for various operational tasks at the depot, ensuring safety and efficiency in material handling. Interested contractors must submit their bids electronically by the extended deadline of October 17, 2024, and are encouraged to contact Sara B. Young or Larry Stephney for further information regarding the solicitation and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an official amendment to a solicitation for a government contract, specifically identified under CONTRACT ID W911KF24Q0045. It indicates that the initial solicitation, dated July 16, 2024, is being canceled with a possibility of re-solicitation at a later date. The amendment underscores that the terms of the original solicitation remain valid unless specifically altered. Instructions are provided for contractors on how to acknowledge receipt of the amendment or submit changes to previously submitted offers. The amendment is issued by the Anniston Army Depot, with appropriate signatures and dates included, affirming its validity. This document exemplifies typical processes in government procurement, ensuring transparency and adherence to regulations in handling amendments to solicitations.
    The government seeks proposals for advanced cybersecurity solutions to enhance network security across federal agencies. The primary objective is to procure a comprehensive security platform that integrates AI and machine learning capabilities for proactive threat detection and response. This platform must safeguard against advanced cyber threats, including zero-day attacks and insider threats, with a focus on network segmentation and centralized visibility. Agencies require a scalable and modular solution that can integrate with existing security infrastructure. Detailed technical specifications include the need for advanced analytics, network traffic analysis, and behavioral pattern recognition. The solution should leverage automated technologies for real-time threat identification and response, with a priority on minimizing false positives. Successful vendors will provide a robust cybersecurity ecosystem, encompassing network sensors, analytics engines, and centralized management systems. The scope includes installing, configuring, and integrating these components into existing networks, with rigorous testing and ongoing maintenance. Additionally, regular security assessments and threat intelligence updates are expected. Contract details are not explicitly mentioned, but the estimated value appears substantial, indicating a long-term agreement with significant financial implications. Key dates involve a comprehensive submission deadline in approximately three months, allowing ample time for proposal preparation. Evaluation will prioritize solutions demonstrating exceptional threat detection and response capabilities, with proven success stories. Candidate vendors must showcase strong cybersecurity expertise, a robust solution architecture, and the capacity for timely deployment. Cost-effectiveness and a track record of successful implementations are also critical evaluation factors.
    The government agency seeks advanced cybersecurity solutions to fortify its network infrastructure. The primary objective is to procure a comprehensive system that mitigates cyber threats, safeguards sensitive data, and enhances network resilience. This system should integrate cutting-edge technologies like AI and machine learning for proactive threat detection and response. The agency requires a turn-key solution, including implementation, training, and ongoing support. Vendors must demonstrate expertise in cybersecurity, offering solutions that adhere to stringent technical specifications. The scope entails network monitoring, threat analysis, secure communications, and incident response capabilities. Contract details are flexible, favoring outcome-based solutions, with key dates for proposal submission and project initiation. Evaluation will prioritize solution effectiveness, vendor experience, and cost-efficiency. --- Next RFP file, please! Provide the same level of detail, focusing on the key procurement aspects.
    Bidders must provide descriptive literature for the Hi-Capacity Articulating Boom Lift that outlines how the equipment meets specific requirements, including salient characteristics and warranties, among others. If bidders' preprinted materials are insufficient, they must include supplemental documentation. Failure to comply with these criteria will result in bid rejection or non-responsiveness.
    The document outlines the requirements for bidders submitting proposals for a Hi-Capacity Articulating Boom Lift through a Request for Technical Literature. Bidders must include descriptive literature demonstrating compliance with the outlined specifications, specifically referencing sections on general requirements, salient characteristics, acceptance testing, delivery, diagnostic systems, and warranties. If the provided literature does not comprehensively reflect required features, supplementary information must be attached. Literature submitted with vague stipulations such as “specifications are subject to change without notice” will lead to bid rejections, as such lack of clarity renders the bid non-firm. Furthermore, when using a product catalog, bidders must explicitly identify the item in question by marking relevant details. Overall, the document establishes stringent protocols to ensure that all bids are fully compliant and clearly defined for consideration in this government solicitation process.
    The government agency seeks detailed technical literature accompanying the bids for high-capacity articulating boom lift equipment. This literature is crucial as it serves to evaluate the proposed equipment's compliance with stringent requirements outlined in the solicitation. The focus is on ensuring the equipment meets key specifications, including acceptance testing, delivery logistics, diagnostic systems, documentation standards, and warranty terms. Bidders must ensure their literature comprehensively addresses these aspects or risk rejection. This descriptive literature is a mandatory requirement for a responsive bid, acting as an assurance that the proposed equipment conforms to the government's exacting standards.
    The document outlines the specifications for multiple types of aerial lift equipment to be procured for the Anniston Army Depot in Alabama. The contractor is responsible for providing one Hi-Capacity Telescopic Boom Lift, one Telescopic Boom Lift, two Hi-Capacity Articulating Boom Lifts, two Electric Boom Lifts, two Electric Scissor Lifts, and one Drivable Vertical Mast Lift, along with necessary resources for design, manufacturing, delivery, and operation demonstration. The equipment must comply with all relevant safety standards, including OSHA and ANSI. Key requirements include accessibility to parts for maintenance, electrical safety features, high-quality paint, and various operational capacities. The document specifies testing procedures following delivery, including preliminary and final acceptance processes by the government. It also outlines shipping responsibilities, installation protocols, and warranty conditions, ensuring a comprehensive framework for procurement and quality assurance. Overall, the document emphasizes the importance of safety, compliance, and effective operation in the equipment to be supplied, aligning with the federal government's stringent procurement standards.
    The document outlines the specifications and requirements for various types of lift equipment to be provided to Anniston Army Depot, including Telescopic Boom Lifts, Articulating Boom Lifts, Electric Boom Lifts, Electric Scissor Lifts, and a Drivable Vertical Mast Lift. It details specifications for equipment design, safety compliance, warranty terms, diagnostic systems, and documentation requirements, emphasizing that all equipment must be new and comply with applicable regulations. Additionally, the contractor is responsible for delivery, installation, and training after equipment acceptance by the government.
    The government seeks to procure a comprehensive range of high-capacity lifting and accessing equipment for the Anniston Army Depot in Alabama. The focus is on delivering multiple types of boom lifts, scissor lifts, and a drivable vertical mast lift, all equipped with safety features and accessories for efficient operation. Manufacturers must provide detailed documentation, including maintenance and operator manuals, electrical schematics, and spare parts lists. The equipment must pass stringent tests and be delivered by September 2024, with training provided for operators and maintenance personnel soon after. Safety, functionality, and compliance with stringent military specifications are paramount. This procurement aims to enhance the Army's logistical capabilities, ensuring the efficient movement and maintenance of personnel and equipment.
    The document outlines the specifications and requirements for the procurement of various types of aerial lift equipment for the Anniston Army Depot in Anniston, Alabama. The scope includes one Hi-Capacity Telescopic Boom Lift, one Telescopic Boom Lift, two Hi-Capacity Articulating Boom Lifts, two Electric Boom Lifts, two Electric Scissor Lifts, and one Drivable Vertical Mast Lift. The contractor is responsible for ensuring the equipment meets safety norms, such as OSHA and ANSI standards, and is equipped with necessary features for functional operation. Key requirements include accessibility for maintenance; protective measures against water for electrical components; and specific operational features such as load sensing systems and multi-functional controls. Each type of lift has detailed characteristics related to height, capacity, dimensions, and performance metrics, ensuring they fulfill operational needs effectively. Delivery and installation criteria, including a verification process upon delivery, warranty terms, and documentation provisions, are also emphasized. The scheduled delivery date is set for September 30, 2025, underlining the urgency and structured compliance needed for federal procurement processes. This RFP focuses on quality, safety, and functionality to support military operations at the depot.
    The primary objective of this procurement is to obtain boom lifts and related services as outlined in the revised Scope of Work and Equipment Specifications. The agency seeks a contractor to provide these specialized lifts, alongside technical literature and training. The scope of work involves delivering, operating, and maintaining the lifts, with strict adherence to safety protocols. This modification extends the bid due date to 22 August 2024, emphasizing the requirement for resubmitted bids. The contracting officer, based at the Anniston Army Depot, seeks to award a contract based on the amended terms. Offerors must acknowledge the receipt of this amendment by the new bid due date for their submissions to be considered.
    This amendment, issued by the Anniston Army Depot, serves to extend the deadline for a solicitation and provide clarifications in response to queries from prospective vendors. The primary objective of the solicitation is to procure goods or services, with a focus on allowing for "Brand Name or Equal" items as per FAR Clause 52.211-6. This flexibility is intended to encourage competition and ensure a broader range of potential offers. The amendment specifies that all questions regarding the solicitation must be submitted in writing to the provided email address, with a strict deadline of August 5, 2023, at 10:00 AM. No changes have been made to the terms and conditions of the original solicitation, and the effective date of this amendment is July 31, 2024.
    The government agency seeks to amend an existing contract for the delivery of specific DD forms and technical literature. These forms and literature pieces detail deliverables to be provided under the contract, offering clarity on expectations. The amendment also seeks to address questions from potential bidders about the level of detail in the requested technical literature. Contractors must now show how their proposed products align with the specified requirements. This amendment does not alter other aspects of the solicitation, maintaining the original terms and conditions. Offerors are required to acknowledge the receipt of this amendment, and those wishing to change their previous offers can do so before the stated deadline.
    The document pertains to an amendment and modification of a federal solicitation for the procurement of various types of lift equipment, identified as Contract W911KF24Q0045. The primary purpose of this amendment is to update the scope of work requirements and extend the bid submission deadline to October 17, 2024. It details the necessary changes including revisions to equipment specifications, mandatory resubmission of bids, and the inclusion of various attachments relevant to the solicitation. Key elements include reminders about compliance with local narratives for small business set-asides, electronic submission procedures, and the inclusion of technical literature that must conform to specified requirements. The document emphasizes the importance of understanding and incorporating safety, security, and environmental regulations specific to the Anniston Army Depot, alongside various contractor obligations and potential penalties for non-compliance. The amendment underscores that previous bids will be disregarded, and bidders must acknowledge amendments for their offers to be considered. It highlights the commitment of the Army Contracting Command to enforce stringent requirements while promoting transparency in the bidding process in line with federal procurement policies.
    This document is an amendment to solicitation W911KF24Q0045 for a contract/modification concerning the Anniston Army Depot, specifically updating the scope of work. The amendment, issued on October 7, 2024, emphasizes that all previously established terms and conditions remain effective except where altered in this document. Notably, it includes a revised Scope of Work and Equipment Specifications dated October 7, 2024, highlighting the changes in yellow. Contractors are required to acknowledge receipt of this amendment by signing and returning it along with their bid. This modification serves to clarify and adjust project requirements, underscoring the importance of compliance and accurate bid submission within the federal request for proposals framework. Maintaining consistency in terms and conditions while updating specific project details is crucial for compliance and effective project execution at the federal level.
    The document is an amendment to a solicitation for a government contract, specifically related to the Anniston Army Depot. It outlines a modification of the original solicitation concerning the specifications for boom lifts, emphasizing the requirement for a fall arrest system, inward self-closing swing gate, center storage tray, and an operational machine status light panel. The amendment clarifies that the fall arrest system referred to is an external fall arrest platform, a crucial safety feature for workers operating outside the platform. The document further states that no additional questions regarding the solicitation will be entertained. All other terms and conditions of the original solicitation remain unchanged, and specifies the procedures for acknowledging receipt of the amendment. This document serves to ensure compliance and safety standards in the procurement process concerning equipment used at the Army Depot.
    The government seeks quotes for a range of equipment and services. This procurement is aimed at small businesses and includes various requirements contractors must adhere to. The primary objective is to acquire several pieces of specialized equipment, namely boom lifts and associated technical literature. The government requires detailed technical information and product literature to evaluate the proposed equipment thoroughly. The scope of work encompasses delivering, testing, and providing training on the use of the equipment. Contractors must adhere to strict deadlines, with deliveries required prior to September 30th, 2024. Additionally, the work entails complying with safety and security protocols, including background checks and access procedures for contractor employees. Key dates include a question deadline of July 23rd, 2024, and a submission deadline of August 19th, 2024. The government will assess proposals based on the responsiveness and compliance of the offered equipment with specified requirements, as well as unit prices. Prospective contractors must adhere to numerous clauses and provisions covering topics such as insurance, payment methods, security measures, and contract approval processes. The contract itself is expected to be firm-fixed-price, with an estimated total value of around $23 million.
    The document outlines the details of a solicitation for contract W911KF24Q0045, issued by the Anniston Army Depot, primarily set aside for small businesses. It specifies essential dates, such as the due date for offers on October 17, 2024, and requires responses to be submitted electronically, with no acceptance of paper submissions. The solicitation incorporates several local narratives regarding security, conduct, and safety requirements for contractors working at the depot. Key points include the necessity for contractor employees to complete security and safety protocols, such as background checks and adherence to safety regulations. The document emphasizes environmental compliance and mandates specific insurance coverage for contractors. Additionally, it addresses contractor payment methods and procedures for submitting invoices through DFAS. Compliance with established safety standards and labor laws is crucial. Furthermore, the document stipulates rigorous procedures and protocols to be followed by contractors to manage hazardous materials and ensure workplace safety effectively. Overall, the solicitation serves as a framework for establishing contractual relationships while ensuring compliance with government regulations and safety protocols.
    Lifecycle
    Title
    Type
    High Capacity Boom Lifts
    Currently viewing
    Presolicitation
    Similar Opportunities
    38--BOOM JIB EXTENSION,
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of nine Boom Jib Extensions, identified by NSN 3830015728815. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various CONUS and OCONUS DLA Depots, emphasizing their critical role in construction and excavation operations. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    Wheeled Excavator with Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of one Medium Size Wheeled Excavator along with necessary attachments for the Anniston Army Depot in Alabama. The contractor must provide equipment that meets specific performance metrics, including an operating weight of 31,000 pounds and a maximum swing torque of 25,000 foot-pounds, while ensuring compliance with safety and environmental regulations. This procurement is crucial for supporting U.S. Army operations, emphasizing the importance of quality and functionality in construction equipment. Interested small businesses must submit their proposals electronically, adhering to strict deadlines, and can contact Sara B. Young at sara.b.young.civ@army.mil or 571-588-0975 for further information.
    Single Man Lifts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a "Single Man Lift" as a 100% small business set aside requirement. The service/item being procured is a type of lift equipment used for lifting a single person to perform tasks at elevated heights. The place of performance is Carlton Lndg, Oklahoma, United States. The procurement is a Firm Fixed Price and the delivery location is Tinker AFB OK. Please note that no quotes can be accepted until the Solicitation has been posted.
    4K Diesel, Rough Terrain Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 4K Diesel, Rough Terrain Forklifts. This opportunity involves competitive, full and open competition for the manufacturing of industrial trucks, tractors, trailers, and stacker machinery, which are critical for various logistical and operational tasks within military environments. Interested vendors should note that paper copies of the solicitation will not be provided, and they are encouraged to review the solicitation and attachments for comprehensive details regarding the requirements. For inquiries, potential bidders can contact Andrew Watson at 717-605-7554 or via email at andrew.s.watson1@navy.mil.
    Forklift and Lift Equipment Maintenance for Raven Rock Mountain Complex
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential vendors to provide maintenance services for forklifts and lift equipment at the Raven Rock Mountain Complex in Maryland. The procurement includes comprehensive maintenance tasks such as annual inspections, preventive and corrective maintenance, and emergency repairs for specific equipment from manufacturers like JLG, Genie, and Clark. This contract is crucial for ensuring operational efficiency and safety compliance, with a structure comprising a 12-month base period and four option years. Interested contractors, particularly those classified as Small, HUB-Zone, or Service-Disabled Veteran-Owned Small Businesses, must submit their capabilities and previous experience by November 15, 2024, to primary contact Stacy Alleyne at stacy.n.alleyne.ctr@mail.mil or secondary contact Keisha Simmons at Keisha.L.Simmons.civ@mail.mil.
    Two (2) 150T Mobile Boat Hoists, JEB Little Creek and Pearl City Peninsula
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Atlantic, is seeking potential sources for the procurement of two 150 metric ton mobile boat hoists intended for use by the Naval Special Warfare Command at locations in Virginia Beach, VA, and Pearl City, HI. The hoists must meet specific design and performance criteria suitable for outdoor operations, and this notice serves as a market research tool to identify both large and small businesses capable of fulfilling these requirements. Interested companies are encouraged to submit detailed information, including their business capabilities and experience with mobile boat hoists, by November 7, 2024, to assist the government in determining the potential for set-asides or competitive measures. For further inquiries, interested parties may contact Priscilla Gula at Priscilla.l.gula.civ@us.navy.mil or Lisa Sumpter at lisa.a.sumpter.civ@us.navy.mil.
    PORTABLE VERTICAL PLATFORM LIFT
    Active
    Commerce, Department Of
    The Department of Commerce is seeking potential sources for a Portable Vertical Platform Lift, along with installation services, to be utilized in the Herbert C. Hoover Building auditorium in Washington, DC. The procurement requires a commercial-grade, portable lift with a maximum height of 42 inches, a platform size of 36 inches by 54 inches, and a load capacity of 750 lbs, ensuring compliance with safety and accessibility standards. This initiative is crucial for enhancing accessibility within the auditorium, and interested vendors are invited to submit capability statements by October 18, 2024, detailing their qualifications and ability to meet the specified requirements. For further inquiries, vendors can contact Omar Mohamed at omohamed@doc.gov.
    39--HOIST,WIRE ROPE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two wire rope hoists under solicitation number NSN 3950016454757. The requirement includes delivery to DLA Distribution San Diego within 167 days after order placement, with approved sources specified for the hoist model. These hoists are critical for materials handling operations, ensuring efficient and safe lifting capabilities in various defense logistics applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary resources, including personnel, equipment, and materials, to conduct inspections in compliance with Japanese Environmental Governing Standards and other applicable regulations. This contract is crucial for maintaining safety and operational integrity of lifting equipment at military facilities, ensuring adherence to federal standards for maintenance and inspection. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by October 28, 2024, with a site visit scheduled for September 26, 2024. For further inquiries, potential bidders can contact Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    25--LADDER,VEHICLE BOAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 vehicle ladders under the solicitation titled "25--LADDER, VEHICLE BOAR." This procurement involves the delivery of these ladders, identified by NSN 2540015214263, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with an estimated 12 orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components for military vehicle operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.