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
Apr 28, 2026
3
Submission Deadline
Apr 29, 2026, 1:30 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 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 Request for Quote (RFQ) for a Firm-Fixed Price (FFP) award, issued as a 100% Total Small Business Set-Aside. The requirement involves the purchase, modification, and installation of three double-sided automotive vehicle lifts. Quotes are due by April 29, 2026, at 09:30 AM EST.

Scope of Work

The contractor shall provide all materials, equipment, labor, transportation, shipping, set up, and installation for three modified double-sided Automotive Vehicle Lifts for the 402d Commodities Maintenance Group (CMXG) at Robins Air Force Base. These lifts must be capable of holding two F-15 Conformal Fuel Tanks (CFTs) each.

Key requirements include:

  • Disassembly, removal, and crating of three existing double-sided car lifts.
  • Modification of new Rotary Two-Post Car Lifts to handle F-15 CFTs, matching the configuration of existing lifts. This involves placing standard two-post lifts back-to-back and connecting them to create three double-sided lifts (totaling six two-post lifts).
  • Minimum lifting capacity of 5,000 lbs per side and 10,000 lbs total, with an 80" minimum rise, using hydraulics and electricity.
  • Installation of new lifts in the same location as existing ones, with minor post adjustments allowed.
  • Use of "Mounting Hardware" special tooling (Drawing X200315801) compatible with CFT hard lifting points.
  • Functional testing of each new lift with F-15 CFTs.
  • Provision of one paper and one electronic copy of the Operation/Maintenance Manual.
  • Only one double-sided car lift can be out of service at any given time during disassembly and installation.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP)
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22,000,000.00.
  • Product Service Code: 4910 (Motor Vehicle Maintenance And Repair Shop Specialized Equipment)
  • Period of Performance: Drawings are due within four weeks after contract award. The first lift's delivery and installation are required within 12 weeks of drawing approval, with the remaining two lifts delivered and installed within four weeks after the first. A standard one-year warranty on all parts and workmanship is required.
  • Cybersecurity: NIST SP 800-171 applies. Offerors must have a satisfactory SPRS score of 110, not more than three years old, prior to award.

Submission & Evaluation

  • Quotes Due: April 29, 2026, at 09:30 AM EST.
  • Questions Due: April 24, 2026.
  • Submission Method: 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 whose conforming offer presents the lowest price.
  • Financial Capability: Prospective vendors must provide documentation demonstrating adequate financial resources, including a narrative statement and substantiating documentation, for a DCMA financial capability review.
  • Deliverables (CDRLs): Include Operation/Maintenance Manual, Status Reports for EMS and EnMS training, Contractor's Safety Plan, and Accident/Incident Reports. Mandatory EMS and EnMS Awareness Training for all personnel on Robins AFB.
  • Payment: Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF).

Key Dates & Contacts

People

Points of Contact

Joshua BelzincePRIMARY
Joshua SharpeSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 28, 2026
View
Version 9Viewing
Solicitation
Posted: Apr 21, 2026
Version 8
Solicitation
Posted: Apr 8, 2026
View
Version 7
Solicitation
Posted: Apr 8, 2026
View
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 1
Solicitation
Posted: Feb 12, 2026
View