Rental of JLG Manlifts (Brand Name Required)
ID: N3904026Q3044Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- ENGINE ACCESSORIES (W029)

Set Aside

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

    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of five JLG brand manlifts, specifically three 600AJ and two 600S models. This procurement is essential for supporting submarine overhaul operations at the shipyard, emphasizing the need for brand-name equipment to meet specific operational requirements. Interested vendors must submit their quotes by December 12, 2025, at 3:00 PM EST, ensuring compliance with all technical specifications and operational security requirements outlined in the solicitation documents. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.

    Files
    Title
    Posted
    This document outlines Operations Security (OPSEC) and Portable Electronic Device (PED) requirements for contractors at Portsmouth Naval Shipyard (PNSY), emphasizing the protection of Critical Information and Indicators (CII). Contractors must prevent unauthorized disclosure of sensitive information, whether classified or unclassified, to avoid compromise, which could lead to contract termination or legal action. An OPSEC plan may be required, depending on the contract's nature, and must be submitted post-award. The use of PEDs is strictly controlled, with specific guidelines for various devices and their capabilities, requiring sponsor coordination for approval. The document lists examples of CII, such as Personally Identifiable Information (PII), operation schedules, and equipment vulnerabilities, alongside countermeasures like restricting discussions, prohibiting unauthorized photography, shredding sensitive documents, and avoiding social media posts about shipyard activities. All media requests must go through the PNSY Security and Public Affairs Office. Contractors are responsible for reporting any unauthorized disclosures or compromises of CII immediately.
    The Portsmouth Naval Shipyard has issued a combined synopsis/solicitation (N3904026Q3044) for the rental of three JLG 600AJ and two JLG 600S manlifts. This Request for Quote (RFQ) is a total small business set-aside with a NAICS code of 532490 and a $40 million size standard. The contract is for a firm-fixed-price and requires brand-name JLG equipment. The period of performance for various manlifts ranges from 11 weeks to 52 weeks, with options to extend. Quotes, due by December 12, 2025, at 3:00 PM EST, must be emailed and include pricing, availability, technical information, and compliance documentation. Vendors must be registered in SAM.gov. The evaluation criteria are Lowest Price Technically Acceptable, with technical acceptability and past performance being key factors. The Statement of Work details requirements for manlift specifications, contractor responsibilities for maintenance and repairs, and delivery/return procedures at the Portsmouth Naval Shipyard in Kittery, Maine.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM FAR EAST, is soliciting bids for the procurement of two 36-meter aerial platforms for NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, with a minimum loading capacity of 450 kg, and must comply with specific dimensions and safety standards. These aerial platforms are crucial for various operational tasks within the naval facilities, ensuring efficient and safe access to elevated work areas. Interested contractors must submit their offers by December 23, 2025, at 2:00 PM Japan Standard Time, and are required to acknowledge the amendment to the solicitation. For further inquiries, potential bidders can contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or by phone at 81468161643.
    USCGC Stone Manlift rental
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the rental of a 125-foot articulating boom lift to support preservation and maintenance efforts for the USCGC Stone in Charleston, South Carolina. The rental period is scheduled from January 5, 2026, to March 21, 2026, with the lift to be delivered to and picked up from the vessel's location at 1050 Register Street, North Charleston, SC 28405. This equipment is crucial for ensuring the ongoing maintenance and operational readiness of the vessel. Interested vendors should note that they are responsible for refilling the lift's fuel tank upon completion of the rental and can contact LT Jack Duffy at Jack.F.Duffy@uscg.mil or (206) 827-3695 for further details.
    Brand Name, Genie model # GS- 4069DC Scissor Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of one (1) Brand Name Genie model GS-4069DC Scissor Lift for the Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee. The scissor lift must meet specific technical specifications, including a platform height of 40 feet, an 800 lb capacity, and various dimensional and performance criteria as outlined in the attached specifications document. This equipment is crucial for operations at the National Full Scale Aerodynamics Complex (NFAC) in Moffett Field, California, and the government anticipates a firm-fixed price contract for this purchase. Interested parties should submit their responses, including company information and capability packages, by 1:00 PM Central Time on December 5, 2025, via email to Paytonne Szatkowski and Bethany Hill.
    Production Support: Forklift Drivers
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support services, including forklift drivers, under a Firm-Fixed-Price contract. The procurement is focused on shipbuilding and repairing services, which are critical for maintaining naval capabilities and operational readiness. The solicitation is anticipated to be posted on December 5, 2025, with a closing date of December 18, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil.
    Justification for Other Than Full & Open Competition for N3904022C0012 Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend contract N3904022C0012 for the lease or rental of prefabricated structures and scaffolding at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is justified on a Sole Source basis for a period of 10 weeks, from January 23, 2023, to April 4, 2023, in accordance with FAR 6.305(b). The procurement is critical for maintaining operational capabilities at the shipyard, ensuring that necessary equipment is available for ongoing projects. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil or by phone at 207-451-8940 for further details regarding this opportunity.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Rental of one (1) Nitrogen Trailer
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting bids for the rental of one high-pressure nitrogen gas tube trailer. The procurement aims to secure a temporary rental solution that meets specific operational requirements for High-Pressure Nitrogen Flasks Charging Operations, with the trailer needing to supply nitrogen at pressures between 2000-4500 psig and volumes ranging from 27,000 to 81,556 scf. This equipment is crucial for maintaining operational efficiency at the shipyard located in Kittery, Maine. Interested small businesses must submit their quotations by December 12, 2025, at 3:00 PM EST, with the rental period commencing on January 6, 2026, and an option for extension until August 10, 2026. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    25--HOIST UNIT,HYDRAULI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of four hydraulic hoist units (NSN 2590017242771). This solicitation is a total small business set-aside, aimed at acquiring essential vehicular equipment components that are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 161 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    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.