Purchase of MRS 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 Aviation Logistics Center (ALC) has issued a Request for Quotation (RFQ) for the maintenance and repair of one MRS Boom Lift Model M400AJPN. While a sole source award to United Rentals North America, Inc. is anticipated, other responsible sources who are authorized repair facilities for JLG Equipment Inc. are invited to submit quotations. Responses are due January 28, 2026, at 4:00 p.m. ET.
Purpose & Scope
This solicitation (70Z03826QL0000046) seeks a contractor to perform maintenance and repair services for a specific MRS Boom Lift, Model M400AJPN (S/N 0300115253), which supports the HC144 PDM Line. The scope of work includes using genuine parts, replacing all hoses due to age and wear, and conducting testing of replaced hoses and the hydraulic system. Repairs must be completed within 30 days of equipment pick-up.
Contract Details
- Type: Firm-Fixed Price Purchase Order (RFQ)
- NAICS: 488190 (Small Business Size Standard: $40 million)
- Set-Aside: Anticipated Sole Source to United Rentals North America, Inc. (CAGE Code: 0LXS6) based on a Justification for Other Than Full and Open Competition, citing them as the only reasonably available source due to their status as an authorized JLG repair facility. However, other authorized sources may submit.
- Place of Performance: Local pickup and delivery are required, with final delivery to Elizabeth City, NC.
- Delivery: Within 30 days After Receipt of Order (ARO) to Elizabeth City, NC. F.O.B. Destination or Origin terms only.
Eligibility & Evaluation
Award will be made to the lowest-priced, technically acceptable offeror. Mandatory Requirements:
- Offerors must be an authorized repair and service facility for JLG Equipment Inc. (OEM, CAGE Code 4MPL1).
- Technicians must be factory-trained and certified by JLG.
- Proof of current FAA certification, or OEM, or Air Force approval for services is required.
- Repair/overhaul must follow OEM Component Maintenance Manual (CMM) and the provided Statement of Work.
- Vendors other than the OEM or Production Approval Holder (PAH) must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility.
- Compliance with the Wage Determination for Greater Bridgeport and Western Connecticut is required for labor costs.
Submission Requirements
- Quotations Due: January 28, 2026, at 4:00 p.m. Eastern Time.
- Submission Method: Email quotations are preferred and should be sent to Stephanie.O.Reams@uscg.mil.
- Subject Line: Must include "70Z03826QL0000046".
- Required: Include Unique Entity Identifier (UEI) and responses to representations and certifications.
- Note: No drawings, specifications, or schematics are available from the USCG. Offerors must be registered in SAM.