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
    Forklift and Aerial Working Platforms (AWP) Rental
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking quotes for a five-year contract for the rental of forklifts and Aerial Working Platforms (AWP) at Naval Air Station North Island in San Diego, California. This procurement aims to secure non-personal rental services for various heavy equipment necessary for material handling and accessing hard-to-reach areas, ensuring that all machinery meets specific technical and safety standards. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by 9:00 AM PST on November 20, 2025, and questions accepted until November 14, 2025. Interested vendors must ensure they are registered in SAM and submit all required documentation, including a complete pricing structure and compliance with applicable FAR and DFARS clauses.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Far East (NAVFAC FE), is seeking to procure two self-propelled, wheel-mounted, diesel engine-driven aerial platforms with a minimum platform loading capacity of 450 kg (992 lbs) for use at Commander Fleet Activities Yokosuka, Japan. This procurement aims to fulfill operational requirements for aerial work, emphasizing the need for reliable and efficient equipment in support of naval facilities. The acquisition will be conducted on a full and open competitive basis, with a Firm Fixed Price contract awarded to the lowest-priced, responsible offeror meeting the specified requirements. Interested parties must register in the System for Award Management (SAM) database and submit their quotations electronically via the Department of Defense Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking to procure a self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum capacity of 250 kg for delivery to Yokosuka, Japan. This procurement is part of a competitive solicitation process under NAICS code 333924, focusing on industrial truck and machinery manufacturing, and aims to fulfill operational needs at the Commander Fleet Activities Yokosuka. The contract will be awarded as a Firm Fixed Price to the lowest-priced, responsible offeror meeting the requirements, with a delivery timeline of 600 days. Interested vendors must register in the System for Award Management (SAM) and submit their electronic quotations via the DoD PIEE Solicitation Module, with inquiries directed to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    DDXX Saipan MHE Equipment Preventative and Corrective Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors to provide preventative and corrective maintenance services for Material Handling Equipment (MHE) at DDXX Saipan, Commonwealth of the Northern Mariana Islands. The procurement involves a firm-fixed-price and time & materials contract that includes semi-annual preventive maintenance, corrective maintenance based on estimated service hours, and reimbursement for replacement parts at actual cost. This contract is crucial for ensuring the operational readiness and reliability of government-owned equipment, with a total estimated cost of $15,000 for the base year and a contract period extending from December 1, 2025, to November 30, 2028. Interested parties must submit their quotes electronically by November 14, 2025, at 1:00 PM EST to Brian Keckler at brian.keckler@dla.mil, adhering to the specified requirements and amendments.
    Construction Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential sources for providing construction materials for the 356th Expeditionary Theater Support Group, located in Yigo, Guam. The procurement encompasses a wide range of materials, including electrical components, drywall, plumbing fixtures, and general hardware, which are essential for various construction and infrastructure projects. Interested contractors must be registered in the System for Award Management (SAM) database and submit a capabilities package by November 18, 2025, at 1500 Chamorro Standard Time to Ryan Baudouin at ryan.baudouin@us.af.mil. For further inquiries, contractors are encouraged to follow up via telephone at 671-689-2961.
    Forklift Mast Assembly Repair
    Buyer not available
    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.
    Military Sealift Command VERTREP Pacific Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking contractors for the Military Sealift Command VERTREP Pacific Detachment A, a presolicitation opportunity for a full and open competition. The contractor will be responsible for providing a two-helicopter detachment, including aircraft, support equipment, and personnel, to conduct ship-based and shore-based Vertical Replenishment (VERTREP) operations for the U.S. Pacific Fleet, operating 365 days a year to support Combat Logistics Force ships. This contract is critical for maintaining logistical support and operational readiness for the SEVENTH and FIFTH Fleet requirements worldwide, with anticipated performance in Guam. Interested parties should note that the solicitation is expected to be released on November 14, 2025, with responses due by December 15, 2025; for further inquiries, contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    Military Sealift Command VERTREP Pacific Detachment B
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking contractors for the Military Sealift Command VERTREP Pacific Detachment B, aimed at establishing a ship-based and/or shore-based Vertical Replenishment (VERTREP) operations program. The procurement involves providing a two-helicopter detachment, including five pilots and three maintainers, along with necessary support equipment for year-round deployment on Combat Logistics Force ships, primarily for the SEVENTH and FIFTH Fleet requirements. This contract is crucial for ensuring effective logistics and replenishment operations in support of military missions, with a Firm-Fixed-Price structure anticipated for a one-year base period and four one-year options. Interested parties should note that the Request for Proposal (RFP) is expected to be released on November 14, 2025, with a closing date of December 15, 2025, and an anticipated award date in February 2026. For further inquiries, contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or call 564-226-4573.
    Dismantle and Package Canvas Mobile Shelter System for Disposal
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to dismantle and package a 40’ x 60’ x 28’ canvas mobile shelter system for disposal. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to complete the dismantling and packaging process, ensuring compliance with federal, state, and OSHA requirements. This procurement is critical for maintaining operational efficiency at the shipyard, which supports various U.S. Navy vessels and activities in the Pacific. The contract, valued at up to $19 million, is set aside for small businesses, with quotes due by November 21, 2025, and a tentative performance period from December 15, 2025, to January 31, 2026. Interested parties should contact Reid Saito or Evangeline Calaustro for further information.