This is a combined synopsis/solicitation for commercial items (supply) prepared inaccordance with FAR Subpart 12.6, as supplemented with additional information including this notice. This announcement constitutes the only solicitation; quotations are requested. The solicitation document, incorporated provisions, and clauses in effect are IAW FAR, DFAR, AFFARS and all other related guidance.
This acquisition is a 100 percent Small Business Set-Aside. The North American IndustryClassification System (NAICS) code is 333921, Elevator and Moving Stairway Manufacturing and a ProductService Code (PSC) 4910, Motor Vehicle Maintenance and Repair Shop Specialized Equipment. The 2025 Small Business Size Standard is 1,000 Employees.
Off ers (Quotes) received in response to this solicitation will be evaluated IAW FAR 52.212-2(a) using the following factor(s) to determine best value:
a. Technical capability of the item/service offered to meet the Government requirement; and
b. Price (evaluation of price shall be the sum of all line items, including options if applicable).
Salient Characteristics
Rotary V Rex Vehicle lifts Or Equal
Tyndall AFB is requiring 2 drive thru vehicle lifts. All quotes must include freight, installation and any rental costs needed to install the lifts. Please provide air, electrical connections requirements for the lifts. Provide surface thickness requirements for lift and specifications of lift control unit.
**Shorter length of ramp will be considered, must provide engineering data to prove a shorter ramp will meet end user fleet profile. Lowest vehicle profile if 13 inches. Distance from front bumper to center line of front axle is 7 feet. Distance from center line of rear axle to rear bumper is 9 feet 7.5 inches. Wheel track is 8 feet.**
Contractors interested in submitting an offer (Quote) must acknowledge the requirement that prospective awardees shall be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of a contract agreement, IAW FAR 52.204-7, System for Award Management. Also, IAW FAR 52.204-13, System for Award Management Maintenance; a contractor is responsiblefor the accuracy and completeness of the data within the SAM database and is required to review and update their SAM registration on an annual basis.
RESPONSES:
Responses shall be submitted via e-mail to A1C Alan Vazquez Lopez at [email protected], and to SSgt Benjamin Spear at [email protected] no later than Tuesday, July 15, 2025 at 1:00 PM CST. Quotes shall include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture, product numbers for all items, and include feasible delivery dates. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
QUESTIONS:
All Questions shall be submitted electronically to A1C Alan Vazquez Lopez [email protected]. and SSgt Benjamin Spear at [email protected] by Friday, July 8, 2025, at 10:00 AM CST. The Government does not guarantee that questions received after July 8, 2025, will be answered.
Late quotes will not be accepted at the Contracting Officer’s discretion. Please review all attached documentation for full details of the requested equipment.
For additional information/details please see attachments.
1. SOW
2. Combo solicitation