80' ARTICULATING BOOM LIFT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is soliciting quotes for the rental of an 80' Articulating Boom Lift for pier-side work on the 154' Cutter Benjamin Bottoms at USCG BASE LA/LB, San Pedro, CA. This is a Combined Synopsis/Solicitation (RFQ) under a Total Small Business Set-Aside. Quotes are due by February 24, 2026, at 10:00 AM Eastern.
Scope of Work
The requirement is for the rental of an 80' Articulating Boom Lift (JLG 800AJ 4WD or equal) to support surface preparation and coating operations on the mast of the 154' Cutter Benjamin Bottoms. The lift must be manufactured within 5 years of the contract award date and an inspection report confirming good working order is required prior to delivery. The rental period is for one consecutive week between March 13, 2026, and March 23, 2026. The contractor is responsible for normal wear and tear and liable for any damage to government property. Non-functioning equipment must be repaired or replaced within 24 hours, with the contractor available 7 days a week for support.
Contract Details
- Solicitation Number: 70Z04026Q60953Y00
- Contract Type: Firm Fixed Price Purchase Order
- Set-Aside: Total Small Business (FAR 19.5)
- Product/Service Code: W020 (Lease Or Rental Of Equipment: Ship And Marine Equipment)
- Performance Period: One consecutive week between March 13, 2026, and March 23, 2026, with an option for weekly extensions.
- Place of Performance: USCG BASE LA/LB, 1001 S Seaside Ave, San Pedro CA 90731, specifically for the Cutter Benjamin Bottoms.
- Payment: Net 30 via Government Purchase Order, processed through IPP (https://www.ipp.gov). No down payments or advanced payments will be made.
Evaluation Criteria
Award will be made on a Best Value basis, following FAR 13 – Simplified Acquisition Procedures. Quotes will be evaluated based on meeting all technical requirements, adherence to deadlines, and price. Past performance will be reviewed solely for "responsibility" per FAR 9.1.
Submission Requirements
Quotes must be emailed to SK2 Jariel Ocasio at Jariel.o.ocasiorodriguez@uscg.mil by February 24, 2026, at 10:00 AM Eastern. The email subject line must include "70Z04026Q60953Y00". Submissions must include vendor information (Entity Name, UEI, Address, POC, Phone, Email) and, if required by the SOW, drawings approved by a professional engineer. Access to some drawings may be Export-Controlled and require JCP registration.
Additional Notes
A site visit can be scheduled by emailing LCDR Justin Bixler at Justin.r.bixler@uscg.mil. Personnel operating equipment will require base access coordination through LTJG Matthew Krupa and must display employee and company names on hard hats. Invoicing requires specific details and must be submitted via IPP. This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors) and 52.211-6 (Brand Name or Equal). A Wage Determination document (No. 2015-4265, Revision No. 32) is attached, primarily relevant for Service Contract Act-covered opportunities in specific Maryland counties.