SOLICITATION NOTICE
39 -- Explosion Proof Human Lifts
- Notice Date
- 6/18/2025 5:41:12 AM
- Notice Type
- Presolicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- FA8571 MAINT CONTRACTING AFSC PZIM ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- 77532
- Response Due
- 7/1/2025 12:00:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Andrea Cervantes, Claudette Macneil
- E-Mail Address
-
andrea.cervantes.1@us.af.mil, claudette.macneil@us.af.mil
(andrea.cervantes.1@us.af.mil, claudette.macneil@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRESOLICITATION NOTICE: 1. Action Code � N/A 2. Date � 16 June 3. Year - 2025 4. Contracting Office ZIP Code - 31098 5. Product or Service Code - 3930 6. Contracting Office Address - 375 Perry St; Bldg 255, Robins AFB, GA 31098 7. Subject � Explosion Proof Human Lifts 8. Proposed Solicitation Number � FA857125R0012 9. Closing Response Date � 01 July 2025 10. Buyer/Contracting Officer: � Andrea Cervantes, andrea.cervantes.1@us.af.mil / Claudette MacNeil, claudette.macneil@us.af.mil 11. Contract Award and Solicitation Number � Not Applicable 12. Contract Award Dollar Amount � Not Applicable 13. Line Item Number � TBD 14. Contract Award Date � TBD 15. Contractor � N/A. 16. Description - The United States Air Force (USAF) has a requirement to establish a requirements-type contract to purchase commercial 20 and 32 foot Skyjack scissor lifts (part numbers SJ3220E and SJ6826, respectively) and 45, 60, and 80 foot JLG boom lifts (part numbers 450AJ, 600AJ, and 800AJ, respectively) modified to meet Explosion Proof (EX) specifications, as well as additional charges and spare batteries. The contractor shall provide all materials, equipment, labor, warranties, and shipping costs necessary to deliver lifts. The Contractor shall provide all Explosion Proof Lifts to support: Oklahoma City Air Logistics Center (OC-ALC), Ogden Air Logistics Center (OO-ALC), and Warner Robins Air Logistics Center (WR-ALC). The requirement shall meet the specifications identified in the Purchase Description document to be released with the solicitation. The proposed requirements contract will consist of three 12-month ordering periods with a best estimated quantity (BEQ) of 108 throughout the duration of all ordering periods. The BEQ of 108 consists of scissor lifts, boom lifts, additional chargers, and batteries. All responsible sources may submit a proposal which shall be considered by the agency. 17. Place of Contract Performance � Robins Air Force Base, Tinker Air Force Base, and Hill Air Force Base. 18. Set-aside Status � Total small business set-aside. Small Business Size Standard: 900 employees. All potential offerors should contact the Buyer/Contracting Officer identified above for additional information and/or to communicate concerns regarding, if any, concerning this acquisition no later than 01 July 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aff3b752a7cb41c581ac8a4e8dc85d4c/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07482867-F 20250620/250618230336 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |