USNS WLS AERIAL WORK PLATFORM RENTAL
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) Site Marianas is soliciting proposals for the rental of two commercial Aerial Work Platforms (manlifts) for the USNS WALLY SCHIRRA in Santa Rita, Guam. This requirement is a Total Small Business Set-Aside and will result in a Firm-Fixed-Price (FFP) contract. Proposals are due by February 3, 2026.
Scope of Work
The contractor shall provide two aerial work platforms with a vertical reach of 120-135 feet. Equipment must be delivered in a clean, safe, fully operational condition with a full fuel tank. The contractor is responsible for delivery and retrieval at specified times and locations, and must provide a safety and operational demonstration upon delivery. A key performance standard requires a replacement unit within three hours of notification in case of breakdown or safety discrepancy. The period of performance is from February 6, 2026, through March 3, 2026.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 532490 (Small Business Size Standard: $40.0 Million)
- Service Code: W099 (Lease Or Rental Of Equipment: Miscellaneous)
- Place of Performance: USNS WALLY SCHIRRA, Santa Rita, GU
- Period of Performance: February 6, 2026 – March 3, 2026
Evaluation Factors
Award will be made to the responsible offeror whose proposal represents the best value to the Government, utilizing a tradeoff source selection process. Technical and past performance, when combined, are equal to price.
- Factor 1: Technical Capability: Evaluated on an "acceptable" or "unacceptable" basis. Proposals must clearly demonstrate the ability to meet all requirements in the Statement of Work.
- Factor 2: Price: The proposed total price will be evaluated for fairness and reasonableness. The Government intends to award without discussions but reserves the right to conduct them.
Submission Requirements & Deadlines
Quotations must be submitted electronically by February 3, 2026, at 5:00 AM UTC. Hand delivery, postal mail, express mail, or fax submissions will not be accepted.
- Technical Proposal: Must demonstrate compliance with the SOW, include product data sheets, and verify the specified vertical reach.
- Price Proposal: Must be a single, all-inclusive FFP covering all equipment, delivery, retrieval, fuel, and support services. Bidders must complete Attachment 06 Pricing Sheet.
- Offerors must be registered in SAM and complete annual representations and certifications.
- Quotes must remain valid for a minimum of 60 days.
- Questions regarding the RFQ must be submitted by 2:00 PM Japan Standard Time (JST) on February 3, 2026.
- Bidders should review Attachment 05 SCA Wage Determination for minimum wage rates and fringe benefits applicable to Guam.
Contact Information
For inquiries, contact Jason Q. Perez at jason.q.perez.civ@us.navy.mil or 16713395526.