JLG Lift Repair
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 FA4800 633 CONS PKP, is conducting a Sources Sought to identify qualified small businesses capable of providing heavy repair services for a JLG 600S boom lift at Grassy Creek, VA. This market research aims to confirm industry interest and capabilities for a potential Total Small Business Set-Aside. Responses are due by May 7, 2026, at 12:00 p.m. Eastern Time.
Scope of Work
The requirement involves the complete restoration of a non-operational JLG 600S Boom Lift (Equipment ID: COE145825, Serial Number: 0300182454) to a safe, reliable, and fully functional condition. Key repairs include:
- Hydraulic System: Replacement of hydraulic swivel, main directional control valve, swing gear box seal, and leaking hydraulic boom hoses.
- Drive and Control System: Replacement of swing drive hub assembly, contaminated lift/swing controller, and broken ignition switch.
- Generator System: Replacement of a faulty 7500W onboard generator.
- Tire Replacement: Installation of three (3) new, OEM-specification tires.
- Final Assembly & Testing: Comprehensive functional and load testing, fluid top-offs, and worksite cleanup. Performance will occur at the contractor's designated repair facility.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Anticipated RFQ Release: Around May 13, 2026
- Anticipated Award: Around May 27, 2026
- Response Due: May 7, 2026, 12:00 p.m. Eastern Time
- Published Date: May 1, 2026
Submission Requirements
Interested parties must submit a capabilities package, not exceeding 12 pages, addressing specific questions outlined in Attachment 1. This includes intent to propose, relevant experience, technical and financial abilities, subcontracting capabilities, small business status, and confirmation of NAICS code 811310. Submissions should be emailed to Vanity Wright (vanity.wright@us.af.mil) and Cameron Bettencourt (cameron.bettencourt@us.af.mil).
Eligibility
The primary NAICS Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $12.5M. This opportunity is designated as a Total Small Business Set-Aside. Respondents must be registered in SAM.gov under NAICS 811310.
Additional Notes
This is a Sources Sought Notice for informational and planning purposes only; it is not a solicitation or Request for Quote (RFQ). No contract will result directly from this notice. Interested parties are responsible for monitoring SAM.gov for future postings related to this requirement. Responses will be treated as Source Selection Sensitive Information.