Power Pusher
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 Dyess AFB's 7th Maintenance Group, is soliciting quotes for an Electric Power Pusher under a Firm-Fixed Price (FFP) contract. This requirement is set aside for Total Small Businesses. The Power Pusher will be used at Building 9304, 381 Third Street, Dyess AFB, TX 79607, to move BOMB loaders weighing up to 20,000 lbs on asphalt and concrete surfaces with slopes and lips. Offers are due NLT April 10, 2026, at 2:00 p.m. (CDT).
Scope of Work
The requirement is for a "Power Pusher" capable of pushing/pulling a minimum of 20,000 lbs (up to 35,000 lbs models acceptable) and supporting a tongue weight of up to 1,000 lbs. Key technical specifications include:
- Engine: 36-Volt DC electric motor (1500-Watt or 4 HP) with 200A programmable controller.
- Battery: Sealed, maintenance-free, IATA-approved. Lithium-ion batteries are acceptable and recommended for the required 6 hours of continuous operation.
- Charger: On-board, IP68 rated, multi-input voltage (110/120V).
- Features: Regenerative and automatic parking brakes, variable speed (0-3 mph), emergency stop, horn, battery indicator, pintle hook attachment, foam-filled turf tires.
- Operating Environment: Paved areas with slopes (approx. 2-3%) and a 1-1.5 inch lip.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: 3930 (Warehouse Truck And Tractors, Self Propelled).
- Delivery: Desired within 30 calendar days After Date of Contract (ADC), maximum 120 calendar days ADC. FOB Destination.
Submission & Evaluation
Quotes must be submitted via email to akeno.jackson@us.af.mil and taylor.norris@us.af.mil. Required submission items include:
- Signed Page 2 of the RFQ (or contractor equivalent).
- Technical specifications sheet for all quoted items, demonstrating compliance with Salient Characteristics.
- Stated delivery period.
- All Standard Commercial Warranties. Evaluation will be based on best value, considering price, technical acceptability, and delivery timeline. Offerors must provide sufficient descriptive data to validate items meet salient characteristics.
Key Dates
- Questions Due: NLT April 6, 2026, 11:00 a.m. (CDT).
- Offers Due: NLT April 10, 2026, 2:00 p.m. (CDT).
Additional Notes
This solicitation incorporates numerous FAR and DFARS provisions and clauses by reference, including those related to small business programs, unique item identification (252.211-7003), and Wide Area WorkFlow (WAWF) payment instructions (232.7004). The government reserves the right to cancel the solicitation.