FY26 JLG Maintenance

SOL #: FA446026Q0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4460 19 CONS PKA
LITTLE ROCK AFB, AR, 72099-4971, United States

Place of Performance

Little Rock Air Force Base, AR

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment (J049)

Set Aside

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

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 27, 2026, 6:00 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 Department of the Air Force, 19th Maintenance Squadron at Little Rock Air Force Base, AR, is soliciting proposals for FY26 JLG Aerial Lift Maintenance Services. This requirement is a Total Small Business Set-Aside for a base year plus four option years and a six-month extension. The contract will be a Firm Fixed-Price arrangement. Quotes are due by February 27, 2026, at 12:00 PM CST.

Scope of Work

The contractor will provide all personnel, equipment, and materials for preventive and unscheduled maintenance of JLG aerial lifts located in Buildings 282, 233, and 250 at Little Rock AFB. Key tasks include:

  • Performing quarterly preventive maintenance in accordance with manufacturer recommendations and standard commercial practices.
  • Providing supervision, personnel, maintenance equipment, transportation, tools, and labor for inspections and maintenance.
  • Developing and providing a descriptive inspection checklist and maintenance schedule.
  • Supplying necessary consumable and non-consumable parts, with written permission required for parts exceeding $500.
  • Supporting unscheduled maintenance troubleshooting and repairs, with technicians on-site within five business days.
  • Ensuring all final repairs carry a 1-year warranty.
  • Complying with all applicable Federal, State, and local legal requirements, including OSHA rules and installation regulations.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Period of Performance: Base year (March 15, 2026 – March 14, 2027), four one-year option periods, and a six-month extension, extending through September 15, 2031.
  • Estimated Value: $12,500,000.00
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), Size Standard: $12.5 Million.
  • Product Service Code: J049 (Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment).
  • Wage Determination: Service Contract Act Wage Determination (WD) # 2015-5117 Rev # 29 (or 2015-4673 Rev #30) applies.

Key Dates & Submission

  • Site Visit: Thursday, February 18, 2026, at 10:00 AM CST. Participants must RSVP to POCs by February 17, 2026, at 12:00 PM CST.
  • Questions Due: February 23, 2026, COB.
  • Quotes Due: February 27, 2026, at 12:00 PM CST.
  • Submission: Quotes must be submitted via email to caleb.munyi.ke@us.af.mil and camille.ezugwu@us.af.mil. Quotes must be complete on the SF 1449, include unit, extended, and total prices, company information, and required provisions/clauses (e.g., FAR 52.204-24).

Eligibility & Evaluation

  • Set-Aside: This is a Total Small Business Set-Aside. Offers from large businesses will not be considered.
  • SAM Registration: Vendors must have an active registration in the System for Award Management (SAM) at the time of quote submission.
  • Past Performance: Documentation of at least two years of similar scope/magnitude within the last four years is required.
  • Evaluation: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering Price and Past Performance.

Contact Information

People

Points of Contact

A1C Caleb MunyiPRIMARY
Camille EzugwuSECONDARY

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 13, 2026
View
Version 3
Solicitation
Posted: Feb 10, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 9, 2026
Version 1
Solicitation
Posted: Feb 4, 2026
View