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
    Boom Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 60-foot boom lift for maintenance tasks related to the KC-46 aircraft at MacDill Air Force Base in Florida. The procurement aims to address the inadequacy of current equipment, which only reaches 45 feet, as the KC-46's rudder height is 59 feet, necessitating a lift with specific performance capabilities, including a platform height of 60 ft 7 in and an unrestricted platform capacity of 500 lbs. This equipment is critical for ensuring the safety and efficiency of aircraft maintenance operations, adhering to operational standards. Interested small businesses must submit a capabilities package by March 17, 2025, and are encouraged to register in the System for Award Management (SAM) database for future updates, with inquiries directed to Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Electric Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of electric forklifts through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of industrial trucks, tractors, trailers, and stacker machinery, categorized under NAICS code 333924. Electric forklifts are crucial for efficient warehouse operations and logistics support within military installations. Interested vendors should reach out to Kevon Williams at kevon.d.williams2.civ@army.mil or by phone at 270-461-3884, or Henry Ingram at henry.l.ingram4.civ@army.mil or 270-798-2649 for further details regarding the submission process and deadlines.
    Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking qualified vendors to provide forklifts under a Combined Synopsis/Solicitation notice. The procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333924, which pertains to Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. Forklifts are critical for various logistical operations, facilitating the movement and handling of materials in military and industrial settings. Interested parties should reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or call 901-544-0786, or contact Tijuana Harris at Tijuana.M.Harris@usace.army.mil or 901-544-3048 for further details.
    NS123271_Mobile Heavy Duty Vehicle Column Lift
    Buyer not available
    The General Services Administration (GSA) is seeking responses for a Request for Information (RFI) regarding the procurement of two Mobile Heavy Duty Vehicle Column Lifts equipped with a Smart Control System. The lifts must meet specific salient characteristics, including rigorous performance and safety standards, wireless operation capabilities, and compliance with ANSI/ALI certification, along with the provision of heavy-duty support stands and accessories compatible with military vehicles. This procurement is aimed at enhancing operational capabilities within federal vehicle maintenance operations while ensuring adherence to regulatory standards. Interested vendors are encouraged to submit their responses by March 14, 2025, providing details such as manufacturer information, country of origin, estimated pricing, and compliance with military standards. For further inquiries, contact Kylie Ferraz at kylie.ferraz@gsa.gov or Amanda Acosta at amanda.acosta@gsa.gov.
    Dump Truck with Loading Crane
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a Dump Truck with Loading Crane for the 6981st Combat Support Group (CSG) to support operations related to the installation and maintenance of communication cables across the USAREUR. The truck must have a weight capacity of 16 to 20 tons and include specific features such as a Euro 6 engine (220 to 280KW), automatic transmission with hydraulic shift, and a high-performance crane with remote control capabilities, all designed to ensure effective transportation in varying terrains. This procurement is critical for maintaining communication infrastructure, emphasizing the need for a reliable vehicle that meets operational requirements. Interested vendors can contact Anna-Karina Dragolich at anna-karina.dragolich.civ@army.mil or Kelsey Males at kelsey.j.males.civ@army.mil for further details.
    W9123725Q0023 Summersville Lake Crane Rental with Operator
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the rental of a crane with an operator for use at Summersville Lake. This procurement aims to secure equipment necessary for construction, mining, excavating, and highway maintenance activities, highlighting the importance of reliable machinery in supporting various operational tasks. Interested contractors should note that the primary point of contact for this opportunity is James Holstein, who can be reached at james.m.holstein@usace.army.mil or by phone at 304-399-5078, with a secondary contact available in Philip Davis at Philip.S.Davis@usace.army.mil or 304-399-5785.
    Sources Sought Notice - Dolly Jack (4 Ton & 10 Ton) 4910-00-289-7233/4910-00-516-5806
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from potential contractors regarding their capabilities to manufacture Dolly Jacks (NSN 4910-00-289-7233 and 4910-00-516-5806) over a projected five-year period, with an estimated annual requirement of 90 to 270 units. This Sources Sought Notice serves as a market research tool to inform future procurement strategies and assess the capabilities of both small and large businesses in producing these hydraulic jacks, which are essential for various military applications. Interested vendors must possess a current DD 2345 certification to access the associated Technical Data Package and are required to submit their responses, detailing their production capabilities and qualifications, by March 11, 2025. For further inquiries, interested parties may contact Clarissa Dixon at clarissa.n.dixon.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    Caldwell Lifting Tong for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement of Caldwell Lifting Tong or its equivalent, intended for delivery to the Watervliet Arsenal in Watervliet, New York. The solicitation outlines specific requirements for offer submission, including the need for comprehensive documentation and technical specifications to demonstrate compliance with the outlined criteria. This equipment is crucial for military operations, emphasizing the importance of quality and timely delivery, as failure to meet these standards may impact future contract opportunities. Proposals are due by 4:00 PM on March 25, 2025, and interested vendors should contact Kristin Krieg at kristin.h.krieg.civ@army.mil for further information.
    210 Red Horse Man Lift Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair and maintenance of the 210 Red Horse Man Lift at Holloman Air Force Base in New Mexico. This procurement aims to ensure the operational readiness and safety of the equipment, which is crucial for various military operations and maintenance tasks. Interested vendors should note that the opportunity falls under the NAICS code 811310, focusing on commercial and industrial machinery repair, and is classified under PSC code J049 for maintenance and repair of shop equipment. For further inquiries, potential contractors can reach out to Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil, both of whom can be contacted at 505-316-5467.
    39--BEAM,HOISTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of beam hoisting equipment under a total small business set-aside contract. This solicitation aims to acquire overhead traveling cranes, hoists, and monorail systems, which are critical for materials handling in various defense operations. The selected contractor will be responsible for providing high-quality materials handling equipment that meets the stringent requirements of the military. Interested parties should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.