ARTICULATING BOOM LIFT RENTAL
SOL #: 70Z04026Q60759Y00Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, United States
Place of Performance
Curtis Bay, MD
NAICS
Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)
PSC
Lease Or Rental Of Equipment: Materials Handling Equipment (W039)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 1, 2026
2
Submission Deadline
May 18, 2026, 4:00 PM
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 Articulating Boom Lifts for operations at the USCG Yard in Baltimore, MD. This is a Combined Synopsis/Solicitation (RFQ), number 2126406Y6176K96003, issued as a Total Small Business Set-Aside. The objective is to support exterior surface blasting and coating operations on an 87' Coast Guard vessel.
Scope of Work
The requirement is for the rental of three (3) JLG Articulating Boom Lift E4400AJPN or equal electric lifts. Key specifications include:
- Lifts must be manufactured within five years of the contract award date.
- An inspection report confirming good working order is required prior to delivery.
- The rental period is for 11 consecutive weeks, to be scheduled between May 27, 2026, and August 12, 2026. The final period will be determined by the Yard POC / Ship Superintendent.
- An optional rental extension (weekly rate) is also included.
- Contractor must ensure equipment is in good working order upon delivery and be available 7 days a week for repairs or replacement within 24 hours if equipment becomes non-functioning.
- All work must comply with the attached Statement of Work.
Contract Details & Logistics
- Contract Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business (FAR 19.5).
- Place of Performance: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226.
- Payment: No down or advanced payments. Payment will be made via Government Purchase Order (Net 30) through the IPP (https://www.ipp.gov) system. Vendors are responsible for securing funding until acceptance by the USCG.
- Personnel Access: All personnel require visitor passes and clearance from USCG Yard Security. A list of personnel with full name, picture ID, and date of birth must be provided 24 hours prior to access.
Evaluation & Submission
- Basis for Award: Best Value, per FAR 13 (Simplified Acquisition Procedures). Evaluation criteria include meeting all technical requirements, deadlines, and price. Past performance will be reviewed for "responsibility" per FAR 9.1.
- Quote Submission: Quotes must be emailed to Shellby Hammond at Shellby.M.Hammond@uscg.mil.
- Subject Line: Email subject must include 2126406Y6176K96003.
- Deadline: Quotes are due no later than May 15, 2026, at 1200 (Eastern).
- Site Visit: To schedule a site visit, email Keith Jordan at keith.a.jordan@uscg.mil.
People
Points of Contact
Shellby HammondPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 1, 2026