Golf Carts
ID: FA481425TF049Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

All Other Transportation Equipment Manufacturing (336999)

PSC

PASSENGER MOTOR VEHICLES (2310)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide nine golf carts for MacDill Air Force Base in Tampa, Florida. This procurement is a total small business set-aside under NAICS code 336999, and vendors are required to submit quotes that include a filled-out bid schedule, conceptual drawings, and details regarding delivery, payment terms, and warranties. The golf carts are essential for operational efficiency and must comply with specific federal regulations, including MIL-STD-130 labeling and Department of Transportation lighting requirements. Proposals are due by May 12, 2025, with questions accepted until April 28, 2025. Interested parties can contact Jacob Towry at jacob.towry@us.af.mil or David Lovett at david.lovett@us.af.mil for further information.

    Files
    Title
    Posted
    The document is a sources sought notice from MacDill Air Force Base indicating the intent to procure nine new gas-powered low-speed golf cart vehicles under a small business set-aside program. This procurement is aimed at providing efficient transport for up to 300 personnel working across three shifts. Interested parties are encouraged to respond voluntarily, with the deadline for submissions set for April 4, 2024. The government seeks potential sources to submit a capabilities package that includes their Unique Entity ID, Cage Code, and details about their business size and status (e.g., small business classifications). Companies must indicate whether they are manufacturers or suppliers and provide relevant specifications and commercial sales examples. The notice emphasizes that responses will assist in determining interest and capability within specific socio-economic categories. Additionally, contractors must be registered in the System for Award Management to do business with the federal government. Future updates regarding this acquisition will be available through GSA or SAM.gov, and all interested firms are responsible for ensuring they have the latest information related to this opportunity.
    The document appears to be a corrupted government file containing potential Requests for Proposals (RFPs) or grant information. Although much of the text is indecipherable due to encoding errors, the intention behind RFPs and grants typically involves soliciting bids or proposals from qualified entities to provide goods or services to government agencies. These are structured to ensure transparency, accountability, and competition among bidders while focusing on specific needs outlined by the government. Key elements in such documents usually include project objectives, eligibility criteria for bidders, submission guidelines, deadlines, and evaluation criteria. Without clear content, it's challenging to assess precise details. However, the context indicates it relates to federal and state funding opportunities, aimed at fostering community development, infrastructure projects, or public services. Overall, while the document fails to provide coherent information due to formatting issues, it likely reflects the government's ongoing efforts to engage contractors and institutions to fulfill public sector needs through structured funding mechanisms.
    The government document outlines a series of RFPs (Requests for Proposals) and grant opportunities aimed at enhancing various community services and infrastructure projects. The focus is on federal, state, and local initiatives designed to secure funding for diverse projects ranging from public health initiatives to environmental sustainability efforts. Key themes include promoting community engagement, ensuring compliance with regulatory standards, and fostering partnerships among government entities and private sectors. Proposed projects must demonstrate clear public benefit, addressing pressing needs such as healthcare access, environmental cleanup, and educational enhancements. The document emphasizes the necessity for detailed proposals that align with specific funding guidelines and deadlines. Additionally, it outlines the evaluation criteria, ensuring that projects not only address community needs but also showcase innovative solutions and strategic planning. Overall, this document serves as a vital resource for organizations seeking to leverage government funding to improve public services, infrastructure, and community well-being, highlighting the collaborative nature of federal and local government efforts.
    The document appears to be a compilation of federal and state RFPs (Requests for Proposals) and grant information, focusing on various government projects. Main topics likely include funding opportunities, project scopes, eligibility criteria, and deadlines for submissions. Specific key ideas encompass the importance of adhering to guidelines outlined in these proposals, competitive bidding processes, and the necessity of demonstrating compliance with federal regulations. Additionally, it highlights the role of grant funding in facilitating community development and public service projects. The structure consists of sections detailing individual RFPs and grants, organized by agency, project type, and application requirements. Each section presumably provides prospective applicants with essential information to prepare comprehensive proposals. Overall, the document serves to inform potential bidders and grant seekers about opportunities to engage with government contracts and programs, aiming to foster transparency and accountability in the procurement process. By summarizing essential terms and conditions, it supports entities in effectively presenting their funding applications aligned with governmental expectations.
    This document outlines a combined synopsis and solicitation (RFQ FA481425TF049) for the purchase of nine golf carts intended for MacDill AFB in Tampa, Florida. It is a 100% set-aside for small businesses under NAICS code 336999. The solicitation requests vendors to submit quotes that include a filled-out bid schedule, conceptual drawings, and details about delivery, payment terms, and warranties. Technical capability and pricing will be key factors in the evaluation, following a Lowest Price Technically Acceptable (LPTA) approach. Proposals must be submitted via specified email by May 12, 2025, with questions due by April 28, 2025. Vendors are required to be registered in the System for Award Management (SAM) and must provide full responsiveness to the solicitation's requirements. The government retains the right to cancel the RFQ if funds are unavailable. Additionally, an ombudsman is appointed to address vendor concerns, providing a structured process for conflict resolution. The document reflects standard practices for government procurement, underscoring the aim of acquiring goods while ensuring compliance with necessary regulations and procedures.
    The document addresses solicitation questions regarding the procurement of golf carts for a government project. It specifies the need for MIL-STD-130 labeling on each unit, given that the cost exceeds $5,000. Additionally, it raises queries about compliance with Department of Transportation (DOT) lighting system requirements. The standard golf carts must include headlights, taillights, and brake lights, with the document requesting clarification on whether left and right turn signal lights, as well as roadside lights, are necessary before providing a quote. This inquiry reflects the critical adherence to federal regulations and safety protocols in government contracting, ensuring that all specifications are met for successful procurement.
    The 927 MXG requires the replacement of nine outdated golf carts for efficient transportation of maintenance personnel and equipment on the flight line. The new vehicles must be gas-powered low-speed models, specifically meeting the Cushman Shuttle 4 specifications, and include features such as a minimum payload capacity of 1200 pounds, four seats, a top speed of 15 mph, a small turning radius, and durable construction to withstand harsh conditions. Safety features like a roof, windshield, and DOT lighting are required. Delivery to MacDill Air Force Base is expected within 60 days post-contract award. The procurement includes a two-year warranty covering significant components and mandates preventive maintenance and user manuals at no additional cost. This request reflects the MXG's commitment to maintaining operational efficiency and safety standards in its operations.
    Lifecycle
    Title
    Type
    Golf Carts
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    16--FILTER STANDBY CART
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Filter Standby Carts, specifically NSN 1610012883124. The requirement includes three lines of delivery, totaling 1,148 units to be delivered to DLA Distribution Cherry Point within 146 days after order (ADO). These carts are critical components used in aerospace applications, ensuring operational readiness and support for military aircraft. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically 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. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Justification & Approval - 19PM0723P0408
    State, Department Of
    The Department of State, specifically the Embassy in Panama City, is seeking to procure six passenger electric golf cars under the Justification & Approval notice titled '19PM0723P0408'. This procurement aims to enhance transportation capabilities for embassy personnel and visitors, reflecting a commitment to sustainable and efficient mobility solutions. The electric golf cars will play a crucial role in facilitating daily operations within the embassy premises. Interested vendors can reach out to Johanna Martinez at INLPROCPANAMA@STATE.GOV or Timothy Carpenter, the Contracting Officer, at PNMPROCREQ@state.gov for further details. The primary contact number for inquiries is 5073175000, with additional contact options available via fax at 5073175141.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of aircraft tow bars, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation requires compliance with stringent quality assurance standards, including ISO 9001 or equivalent, and involves the production of critical safety items that necessitate engineering source approval from the Naval Air Systems Command. The items are essential for aircraft ground servicing and are vital for ensuring the safety and operational readiness of naval aviation systems. Interested vendors must submit their proposals, including a Source Approval Request if applicable, by the specified deadline, and can direct inquiries to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL.