MXG - Genie Lift Repair Service
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 Army, specifically the W7MU USPFO ACTIVITY AKANG 176 office, is soliciting quotes for Genie Lift Repair Service at EARECKSON AS, AK. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The requirement is for commercial items, specifically repair services for a Genie Lift S65. Quotes are due by 12:00 p.m. Alaska Time on May 21, 2026.
Scope of Work
This opportunity requires labor and parts for the repair of a Genie Lift S65 (Ser#S6009-2030 w/ 2403.7 hrs). Key requirements include:
- Labor for replacing the engine, radiator, and radiator mounts.
- Provision of shop supplies and HAZMAT.
- Supply of a replacement engine (Perkins 404-22 728068S or equal).
- Supply of a replacement radiator (Ford/Perkins or equal).
- Supply of replacement small shock mounts.
- All parts must be installed and compatible with the specified Genie Lift S65.
- Costs for snowplow installation and shipping (FOB Destination) can be broken out separately.
Contract & Timeline
- Contract Type: Firm-Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811310, with a small business size standard of $12.5M.
- Place of Performance: Joint Base Elmendorf-Richardson, Anchorage, Alaska, 99506.
- Submission Deadline: 12:00 p.m. Alaska Time on May 21, 2026.
- Published Date: May 13, 2026.
- Solicitation Number: W50S6L-26-Q-0001.
Evaluation
Award will be based on a combination of technical acceptability, price, and past performance.
- Technical acceptability will assess if the quote is technically acceptable, with "equal" products evaluated based on provided information.
- Price will be evaluated for fairness and reasonableness.
- Past Performance will be evaluated per FAR 12.203(a)(2), potentially using customer surveys, CPARS, or other reasonable bases.
Additional Notes
Offerors must complete the "Offeror Information" section, including Business Size, CAGE, UEID, Net Terms, and Delivery Date. The solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2026-01. Questions should be submitted via email to SMSgt Zachary Gowin (zachary.gowin.2@us.af.mil) or Lt Crystal Thiele (crystal-lynn.thiele@us.af.mil). The government reserves the right to arrange site visits for interested offerors.