CAR LIFT REPLACEMENTS

SOL #: FA857126Q0042Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8571 MAINT CONTRACTING AFSC PZIM
ROBINS AFB, GA, 31098-1672, United States

Place of Performance

Warner Robins, GA

NAICS

Other Building Equipment Contractors (238290)

PSC

Motor Vehicle Maintenance And Repair Shop Specialized Equipment (4910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Feb 18, 2026, 2:30 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 Air Force Sustainment Center (AFSC) PZIMA at Robins AFB, GA, is seeking Car Lift Replacements through a Request for Quote (RFQ). This 100% Total Small Business Set-Aside opportunity requires the provision, installation, and setup of three double-sided Automotive Vehicle Lifts. A Firm-Fixed Price (FFP) award is anticipated. Quotes are due by February 18, 2026, at 9:30 AM EST.

Scope of Work

The contractor shall provide all materials, equipment, labor, transportation, shipping, setup, and installation for three double-sided Automotive Vehicle Lifts at Robins Air Force Base. These lifts must be capable of holding two F-15 Conformal Fuel Tanks simultaneously. The scope also includes the disassembly, removal, and palletization of existing lifts, ensuring only one lift is out of service at any given time. Functional testing of new lifts with F-15 Conformal Fuel Tanks is required.

Contract Details

  • Opportunity Type: Solicitation (Request for Quote - RFQ)
  • Contract Type: Firm-Fixed Price (FFP)
  • Set-Aside: 100% Total Small Business Set-Aside (IAW FAR 19.104-1)
  • NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22,000,000.
  • Product Service Code (PSC): 4910 (Motor Vehicle Maintenance And Repair Shop Specialized Equipment)
  • Place of Performance: Warner Robins, GA 31098
  • Period of Performance: Delivery and installation of the first lift within 12 weeks after Government approval of drawings; remaining two lifts within 4 weeks after the first is installed. Overall, the main item delivery schedule is 20 weeks from the date of award receipt.

Key Requirements & Deliverables

  • Provide and install three double-sided Automotive Vehicle Lifts.
  • Disassemble, remove, and palletize existing lifts.
  • Submit proposed lift drawings within 4 weeks post-award.
  • Provide one paper and one electronic copy of the Operation/Maintenance Manual (CDRL A001) within three days after all units are installed.
  • Provide a 1-year warranty on all parts and workmanship.
  • Submit a Contractor's Safety Plan (CDRL A004) within 10 working days post-award, addressing Appendix C requirements.
  • Submit Status Reports for EMS (CDRL A002) and EnMS (CDRL A003) training as required.
  • Submit Accident/Incident Reports (CDRL A005) as required, with telephonic notification within 4 hours and electronic follow-up within 3 calendar days for mishaps.
  • Compliance with NIST SP 800-171 and a satisfactory score of 110 in SPRS is mandatory prior to award.
  • All contractor personnel working on Robins AFB must complete initial EMS Awareness and EnMS Training.

Submission & Evaluation

  • Quote Due Date: February 18, 2026, at 09:30 AM EST.
  • Submission Method: Email quotes to joshua.belzince@us.af.mil and joshua.sharpe.6@us.af.mil.
  • Evaluation: Award will be made to the lowest priced, responsible offeror whose quote 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.
  • Payment: Invoices and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF) system.

Points of Contact

People

Points of Contact

Joshua BelzincePRIMARY
Joshua SharpeSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Solicitation
Posted: Feb 20, 2026
View
Version 4
Solicitation
Posted: Feb 19, 2026
View
Version 3
Solicitation
Posted: Feb 18, 2026
View
Version 2
Solicitation
Posted: Feb 18, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 12, 2026