EQUIPMENT RENTAL- JLG ARTICULATING BOOM LIFT
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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC), is soliciting quotes for the rental of JLG Articulating Boom Lifts to support surface blasting and coating operations on an 87' Coast Guard vessel at the USCG Yard in Baltimore, MD. This is a Combined Synopsis/Solicitation (RFQ 70Z04026Q60529Y00), anticipated to result in a Firm Fixed Price Purchase Order. This opportunity is a Total Small Business Set-Aside. Quotes are due by January 26, 2026, at 9:00 AM Eastern.
Purpose & Scope of Work
The requirement is for the three-month rental of three (3) 40' JLG Articulating Boom Lifts (E4400AJPN or equal), with an option to extend monthly. The lifts must have been manufactured within five years of the contract award date and be confirmed in good working order via an inspection report prior to delivery. These lifts are essential for surface blasting and coating the entire hull of a vessel. The contractor is responsible for protecting their equipment, with normal damage incurred during tasks at no cost to the Government.
Period & Place of Performance
The rental period is for 11 consecutive weeks, scheduled sometime between March 2, 2026, and May 15, 2026. The final period will be determined by the Yard POC / Ship Superintendent. All services must be completed by May 15, 2026. The place of performance is the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226.
Contract Details
- Type: Firm Fixed Price Purchase Order (RFQ 70Z04026Q60529Y00)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Payment: Payment will be made via Government Purchase Order (Net 30) through IPP (https://www.ipp.gov). Vendors must secure funding until the order is accepted and received by the US Coast Guard.
- Special Requirements: Lifts must be delivered to Bldg. 80 (paint shop) between 7:00 AM and 9:00 AM. All contractor personnel require visitor passes and security clearance; a list with full name, picture ID, and DOB must be provided 24 hours prior to access. Hard hats must clearly display the employee's name and company's name. Access to some drawings may be Export-Controlled, requiring Joint Certification Program (JCP) registration.
Evaluation & Award
Award will be made on a Best Value basis, following FAR 13 – Simplified Acquisition Procedures. Evaluation criteria include meeting all technical requirements, adherence to deadlines, and price. Past performance will be reviewed solely for "responsibility" per FAR 9.1.
Submission & Deadline
- Quotes Due: January 26, 2026, at 9:00 AM Eastern.
- Submission Method: Email to Erica.L.Gibbs@uscg.mil.
- Email Subject: Must include "70Z04026Q60529Y00".
- Required Vendor Information: Entity Name, Unique Entity ID, Entity Address, Entity POC, Entity Phone Number, and POC Email Address.
Contact Information
For inquiries, contact Erica Gibbs at Erica.L.Gibbs@uscg.mil or 206-815-5371.