Heavy Equipment Rental
ID: FA524025Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

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

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

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 soliciting quotes for heavy equipment rental services at Andersen Air Force Base in Guam. The procurement requires the rental of specific equipment, including two 80 ft Boom Lifts and eleven forklifts, to support timely cargo transportation and operational efficiency from July 1, 2025, to August 10, 2025, with an option for extension until August 25, 2025. This opportunity is set aside exclusively for small businesses, with a total cost contingent upon future appropriations, and interested vendors must submit their quotations by May 22, 2025. For further inquiries, potential bidders can contact Sir Rashaliq Hankerson at sir_rashaliq.hankerson@us.af.mil or Elias A. Campos at elias.campos.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a government contract for Heavy Equipment Rental services, specifically at Andersen Air Force Base, Guam. The contractor is responsible for providing personnel, equipment, and supplies to perform heavy equipment rentals, which include two 80 ft Boom Lifts and eleven forklifts (nine 10K and two 25K) from July 1, 2025, to August 10, 2025, with an optional extension until August 25, 2025. The objective is to facilitate timely cargo transportation, thereby preventing delays that could affect mission success. The contract stipulates that the contractor operates without government oversight, being accountable solely to the government. Key terms in the document include references to defective services, quality control, contractor responsibilities, and potential organizational conflicts of interest (OCI). The type of contract awarded will be a Firm Fixed Price Contract. Holidays listed specify non-working days for the contractor, although services may still be required on these days. Overall, the document serves as a formal request for proposal to ensure the effective provision of critical equipment necessary for operational efficiency.
    This document outlines critical contract administration details and clauses required for federal procurement, particularly focusing on payment processing, vendor responsibilities, and compliance with various regulations. It incorporates specific clauses from the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR) that stipulate requirements for electronic payment submissions via the Wide Area Workflow (WAWF) system. Key provisions include definitions of terms, contractor obligations regarding invoicing methods, and the necessary identification processes for contractor personnel on military installations. Special clauses focus on issues such as health and safety regulations, necessary compliance with small business utilization, and representations and certifications related to contract performance. These elements ensure adherence to legal standards while fostering transparency and accountability in government contracting processes. This contract framework reinforces the federal commitment to promote business integrity, oversight, and operational efficiency within acquisitions, serving as a guide for contractors and contracting officers alike in the execution of federal and military contracts.
    The document outlines a specific contract clause regarding the option to extend the term of a government contract. It stipulates that the government has the right to extend the contract through written notice to the contractor, which must occur at least one day prior to the contract's expiration. The clause clarifies that the preliminary notice is not a commitment to extend the contract. If the extension option is exercised, it will be included in the contract's terms. However, the total duration of the contract, including any extensions, is capped at 44 days. This clause serves to provide flexibility to the government in managing contracts while ensuring that all parties are aware of the terms regarding potential extensions.
    The Department of the Air Force, Headquarters 36th Wing, issued a combined synopsis/solicitation (FA524025Q0029) for Heavy Equipment Rentals at Andersen Air Force Base in Guam. This Request for Quotes (RFQ) is exclusively set aside for small businesses, with a size standard of $40 million. By May 22, 2025, interested parties must submit their quotations, which should include specific contract line item numbers (CLINs) for equipment and shipping. Shipping responsibilities, including packing and liability until acceptance by the consignee, are detailed. The government reiterates that no funds are currently available, establishing that obligations are contingent upon future appropriations. Quotes must meet technical specifications to be considered "Technically Acceptable," as well as comply with FAR requirements. The evaluation will prioritize best value over the lowest price. Communication regarding the solicitation is restricted to email, with specific submission guidelines outlined to avoid non-receipt issues. Registration in the System for Award Management (SAM) is mandatory for all participants. This solicitation reaffirms procedural integrity and the government’s standards in the procurement process while promoting small business participation.
    The Department of the Air Force, through the 36th Wing at Andersen Air Force Base, is soliciting quotes for heavy equipment rentals, specifically under the solicitation number FA524025Q0029P00001. This announcement serves as a combined synopsis/solicitation that targets small businesses, with a total cost and separate contract line items detailed for heavy equipment rentals and shipping. The amendment P00001 of the original request adds a clause without altering other terms. Responses are due by May 22, 2025, and funding for the contract is contingent on the availability of appropriated funds. Vendors must comply with specific submission instructions, including providing detailed quotes and technical documentation, ensuring their offers meet solicitation criteria without exceptions unless stated separately. The government's evaluation will focus on technical acceptability and pricing, seeking the best value rather than simply the lowest price. Quotation submission requires registration in the System for Award Management (SAM), and communications regarding questions must be directed to provided email contacts before the deadline. This solicitation underscores the Air Force's commitment to leveraging small businesses for necessary operational equipment and services.
    Lifecycle
    Title
    Type
    Heavy Equipment Rental
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    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.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific technical specifications, including dimensions, safety features, and a powered hoist, with direct delivery to Misawa Air Base expected within 45 days after receipt of order. This equipment is crucial for operational efficiency at the airbase, and the solicitation is open to all qualified vendors, with quotes due by December 17, 2025, at 10:00 AM EST. Interested parties should contact Katie Kershaw or Kade Forrester for further details and clarification.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Dept Of Defense
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    Guam/JRM AE IDIQ
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Vehicle Rental -PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for vehicle rental services under the RFQ number FA441826Q00041, specifically for the Palmetto Reach initiative in Saipan and Palau. The procurement requires the contractor to provide a total of 56 vehicles, including five-passenger and seven-passenger vehicles, as well as a heavy-duty pickup truck, to support the 437th Airlift Wing's mission, with stringent specifications regarding vehicle condition and maintenance. This opportunity is a 100% Small Business Set-Aside, with proposals due by 12:00 PM EST on December 16, 2025, and all inquiries should be directed to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857. The contract will be awarded based on the lowest-priced, technically acceptable offer, contingent upon the availability of funds.