Shuttle Vertical 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 Department of the Air Force (FA4897 366 CONS PKP) at Mountain Home AFB, ID, has issued a Combined Synopsis/Solicitation (RFQ FA489726QA019) for one Shuttle Vertical Lift. This acquisition is a Total Small Business Set-Aside for a Firm Fixed-Price contract, including installation and warranty, to maximize vertical storage space. Quotes are due May 18, 2026, at 10:00 AM MST.
Scope of Work
The requirement is for one (1) Shuttle Vertical Lift system for the 366th Maintenance Squadron at Mountain Home AFB, ID. The system will maximize vertical space for storing and retrieving items. The contract includes delivery, installation, and a warranty, with the contractor also providing training on lift operation post-installation.
Key Requirements
The Shuttle Vertical Lift must meet specific technical specifications, including:
- Modular Construction: For easy height upgrades.
- Extractor Drive System: Steel belted tooth drive with 6 points of contact (chain-driven systems not acceptable).
- Guidance System: Central extractor guidance with minimum 10 rollers.
- Security & Ergonomics: Automatic security door, ergonomic operator station with adjustable height (30-36 inches), and capacity for 28.5" media storage.
- Tray Handling: Hinged table for overhead tray access, adjustable shelf spacing, and vertical photo eyes.
- Capacity: Multi-tray capacity without modification for future expansion.
- Safety Features: Self-monitoring full height LVS light curtain, overload warning.
- Energy Saving: Standby mode.
- Dimensions: Minimum 120" depth, 109" width, approx. 19 feet height, 99.38 sq ft footprint.
- Trays: Forty (40) slotted trays (33-34" depth, 98-99" width, 4-5" height).
- Installation: Supplied and installed on 18"x18" seismic baseplates.
Contract Details
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333922 – Conveyor and Conveying Equipment Manufacturing (SB Size Standard: 500 employees)
- Period of Performance: Delivery and installation within 120 days of award.
- Payment Terms: NET 30, FOB Destination.
Submission & Evaluation
- Quotes Due: May 18, 2026, 10:00 AM Local time (MST).
- Questions Due: May 11, 2026, 10:00 AM MST.
- Submission: Email quotes to Cole Palmer (cole.palmer.4@us.af.mil) and Jaclyn Fish (jaclyn.fish@us.af.mil). Subject line must include RFQ# FA489726QA019.
- Quote Requirements: Descriptive literature demonstrating compliance, including capability statements, past performance, resumes. Technical proposals not to exceed 10 pages. .zip files are not acceptable.
- Evaluation Criteria: Price, Technical Capability (pass/fail based on descriptive literature), and Past Performance (using CPARS, FAPIIS, SPRS; only "Acceptable" ratings considered).
- Pricing: Must be held firm for 60 days from the quote due date.
- Eligibility: Offerors must be registered in SAM.gov.
Important Notes
Bidders must adhere to various Air Force publications and standards. The contract incorporates numerous FAR/DFARS clauses by reference, covering aspects like ODS prohibition, health and safety on government installations, contractor access to DAF installations, and specific security requirements. The end-user is responsible for electrical runs and final hookup.