Aerial Work Platform Rental
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 Department of the Navy, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is soliciting proposals for the rental of Aerial Work Platforms (AWP) at Kings Bay, GA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract to support maintenance and repair of facility security systems. Offers are due February 06, 2026, by 12:00 PM Local Time.
Scope of Work
This solicitation requires the rental of two (2) telescopic aerial work platforms:
- One (1) GENIE 135 R/T DIESEL (or equal) with a minimum safe vertical working height of 141 feet and a minimum safe horizontal working reach of 90 feet.
- One (1) GENIE S-85XC (or equal) with a minimum reach of 85 feet.
Platforms must be in good working condition and will be field tested upon delivery. The delivery driver must be a U.S. Citizen with a clear background investigation. Vendors must be capable of delivering equipment with a minimum of 24 hours' notice.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: February 27, 2026, to March 13, 2026
- Delivery Date: On or before February 27, 2026
- Assets must remain on site: Until March 13, 2026
- NAICS Code: 532490 (Size Standard: $40,000,000.00)
- Solicitation Issue Date: January 23, 2026
- Offer Due Date: February 06, 2026, 12:00 PM Local Time
Submission & Evaluation
Quotes/Proposals must be submitted via email to SPK12CONTRACTS@SWFLANT.NAVY.MIL. Email responses should include: Company Name, SAM Registered CAGE Code and UEI Number, Email Address, Phone Number, and Company Size.
Award will be made on a Lowest-Priced-Technically-Acceptable (LPTA) basis. Technical acceptability requires all items to be included in the quote, meet specifications, and confirmation of authorized reseller status if applicable.
Special Requirements
Bidders must review the attached "SWFLANT SECURITY REQUIREMENTS (1)" document, which outlines stringent security protocols for contractor access, personnel identification, vehicle access, and conduct within the Naval Submarine Base Kings Bay. Compliance with these requirements is critical and must be factored into proposals.
Contact Information
- Primary: Contracts Division (spk12contracts@swflant.navy.mil, 912.676.2121)
- Secondary: Shakeya Pinkney (shakeya.pinkney@swflant.navy.mil, 9126762121)