CAR LIFT REPLACEMENTS
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 Air Force, specifically the Air Force Sustainment Center PZIMA at Robins AFB, GA, is seeking quotes for Car Lift Replacements. This is a 100% Total Small Business Set-Aside Request for Quote (RFQ) for the purchase, installation, and setup of three (3) modified double-sided Automotive Vehicle Lifts. The lifts must be capable of handling F-15 Conformal Fuel Tanks (CFTs). Quotes are due by May 06, 2026, at 09:30 AM EST.
Scope of Work
The contractor shall provide all materials, equipment, labor, transportation, shipping, setup, and installation for three (3) modified double-sided Automotive Vehicle Lifts at Robins Air Force Base, GA. This includes the disassembly, removal, and crating of existing lifts. New lifts must be modified Rotary Two-Post Car Lifts (from the same manufacturer as existing) to match the current configuration, including rotating posts 90 degrees and connecting two-post lifts with metal braces to create double-sided units. Each side must have a minimum lifting capacity of 5,000 lbs (10,000 lbs total) and be capable of holding two F-15 CFTs simultaneously. Only one double-sided lift can be out of service at any given time during the process. Functional testing with F-15 CFTs is required.
Key Deliverables & Requirements
- Provide three (3) modified double-sided Automotive Vehicle Lifts.
- Disassemble, remove, and crate existing lifts.
- Ensure compatibility with existing "Mounting Hardware" special tooling (Drawing X200315801) for CFT mating.
- Provide one paper and one electronic copy of the Operation/Maintenance Manual.
- Provide a standard one-year warranty on all parts and workmanship.
- Contractor personnel must complete EMS Awareness and ISO 50001 EnMS Training.
- Compliance with DFARS 252.204-7012 (Safeguarding Covered Defense Information) and DFARS 252.240-7997 (DoD Assessment Requirements), requiring NIST SP 800-171 and a satisfactory SPRS score of 110 (not more than three years old).
Contract Details
- Contract Type: Firm-Fixed Price (FFP) award.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.104-1).
- NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22,000,000.
- Period of Performance: Drawings due within 4 weeks of award. First lift delivery/installation within 12 weeks of drawing approval. Remaining two lifts within 4 weeks after the first is installed. Overall delivery for the main item (0001) is 20 weeks from award receipt.
- Place of Performance: Robins Air Force Base, Warner Robins, GA 31098.
Submission & Evaluation
- Questions Due: May 01, 2026.
- Quotes Due: May 06, 2026, 09:30 AM EST.
- Submission: Quotes must be submitted via email to Contract Specialist Joshua Belzince (joshua.belzince@us.af.mil) and Contracting Officer Joshua Sharpe (joshua.sharpe.6@us.af.mil).
- Evaluation: Award will be made to the responsible offeror with the lowest price whose offer conforms to the solicitation.
- Financial Capability: Prospective vendors must provide documentation demonstrating adequate financial resources, including a narrative statement and substantiating documentation. A financial capability review will be conducted by DCMA.
- Electronic Submission: Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF).
Contacts
- Contract Specialist: Joshua Belzince (joshua.belzince@us.af.mil)
- Contracting Officer: Joshua Sharpe (joshua.sharpe.6@us.af.mil)