Amendment for Naval Base Guam Manlift Rental Contract Statement of Work

02 Feb 2026- AMENDMENT 001: The purpose of this amendment is to update the Statement of Work (SOW). See Att 01 SOW - USNS WLS Manlift Rental_Revised 02FEB26. ***ALL AMENDMENTS MUST BE ACKNOWLEDGED. All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for awar…

Source ID: 0a3bb3150325468ebe62f93f7448bae2

Scope overview

02 Feb 2026- AMENDMENT 001: The purpose of this amendment is to update the Statement of Work (SOW). See Att 01 SOW - USNS WLS Manlift Rental_Revised 02FEB26. ***ALL AMENDMENTS MUST BE ACKNOWLEDGED.

All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.*** 02 Feb 2026- The following questions were submitted: Question #2: Exact delivery and pickup location (pier, dock, or facility) where the lifts are to be delivered and retrieved.

Government Response: Naval Base Guam Question #3: Any base access or security requirements, including credentials, clearances, or procedures required for delivering equipment onto the pier or ship. Government Response: The Contractor is required On-Base access and pier access. Question #4: Preferred delivery window on 06 FEB 2026 Government Response: Refer to Section 3. Period of Performance of the SOW. Question #5.

How many hours a day will the machines be running and how many days a week will the machines be running? Government Response: Aerial Work Platforms (man-lifts) will be running a minimum 8 hours a day, 7 days a week. Question #6: Can you please clarify if the requirements for a 120ft-135ft height requirement is referring to the platform or working height?

Government Response: Working height Question #7: Will units that can reach up to 120ft platform height be acceptable, or MUST units be able reach 135ft platform height? Government Response: Minimum 120ft working height 02 Feb 2026- The following question was submitted: Question #1: The Statement of work indicates supply of 2 Aerial Work Platforms (AWP). The pricing sheet indicate 1 Job in the unit column.

Can you confirm the Job unit is for both AWP for the period of time? Government Response: The unit ‘Job’ covers the entire requirement.

-------------------------------------------------------------------------------------------------------------------- This is a combined synopsis/solicitation for a commercial services requirement prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document number is N6264926QH009 and incorporates provisions and clauses those in effect through Federal Acquisition Circular (FAC) 2025-06 effective 01 Oct 2025.

The associated North American Industrial Classification System (NAICS) code for this procurement is 532490, with a small business size standard of $40.0 in millions of dollars. The service code is W099.

The Government intends to award a firm-fixed-price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) Site Marianas has a requirement for two (2) commercial Aerial Work Platform (manlifts) rentals.

The period of performance will start on 06 February 2026 through 03 March 2026. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023). See Attachment (b) Addendum to 52.212-1 for additional instructions. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021).

See Attachment (c) Addendum to 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (DEVIATION)(CD-2025-O0003)(MAR 2025).

Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023).

There is no addendum to 52.212-4 for this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEVIATION 2025-O0003)(MAR 2025).

The following clauses listed in FAR 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.204-30 Federal Acquisition Supply Chain Security Act Orders—Prohibition DEC 2023 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) SEP 2021 52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025 52.222-3 Convict Labor June 2003 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons OCT 2025 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.223-23 Sustainable Products and Services (DEVIATION) MAR 2025 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024 52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities NOV 2024 The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation.

There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities.

See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation.

The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.

Statusopen
CategoryOther
CountryUnited States
Publish dateFeb 2, 2026
Submission deadlineFeb 3, 2026
Estimated value
Notice typetender_notice
Sourceus-sam-opportunities
BuyerDEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC YOKOSUKA.NAVSUP FLT LOG CTR YOKOSUKA
Buyer websitehttps://sam.gov/
CitySanta Rita

Buyer & contacts

Contact nameJason Q. Perez
Emailjason.q.perez.civ@us.navy.mil
Phone16713395526
OrganizationDEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC YOKOSUKA.NAVSUP FLT LOG CTR YOKOSUKA

Documents

  • Att 03 Addendum 52.212-1 Instructions to Offerors.pdf

    Attachment

    Download
  • Att 06 Pricing Sheet.xlsx

    Attachment

    Download
  • Att 04 Addendum 52.212-2 Evaluation.pdf

    Attachment

    Download
  • Att 02 Clauses and Provisions.pdf

    Attachment

    Download
  • Att 01 SOW - USNS WLS Manlift Rental_Revised 02FEB26.pdf

    Attachment

    Download
  • Att 05 SCA Wage Determination Rev 26.pdf

    Attachment

    Download

Tags & Signals

Naval Base Guammanlift rentalaerial work platformsgovernment contract amendmentequipment rentalStatement of Workbase accessdelivery requirements

Similar tenders

United StatesOtheropen

Sea Turtle Nest Monitoring Services for Naval Bases in Guam

This procurement seeks environmental services for sea turtle nest monitoring and management at Naval Base Guam and Marine Corps Base Camp Blaz. The contractor will conduct nest monitoring and inventory at beaches with suitable habitat over a twelve-month period. The request is set aside exclusively for small business concerns, and all work must comply with the Performance Work Statement.

Published: Feb 24, 2026Deadline: Mar 6, 2026ID: 46ffe988394d49cb977f589499864733
United StatesOtheropen

Mattress Removal and Climate-Controlled Storage Services for Naval Base Guam

A contractor is required to remove approximately 300 mattresses from a berthing barge at Naval Base Guam and transport them to a climate-controlled storage facility. The mattresses must be stored in conditions that prevent mold, mildew, moisture damage, or physical degradation. The contractor will return the mattresses to the government upon request.

Published: Feb 3, 2026Deadline: Feb 17, 2026ID: 3cd6a6ab2d194aba819b48a5f727c05d
United StatesOtheropen

Sources Sought for Protestant Religious Education Director at Naval Base Guam Chapel

Naval Supply Systems Command Fleet Logistics Center Yokosuka Site Marianas is seeking information from potential vendors for a Protestant Director of Religious Education position at Naval Base Guam Chapel. The role involves overseeing day-to-day operations of the Protestant Religious Education program, including program development, volunteer management, and event publicity. This notice is for planning purposes only and does not constitute a formal solicitation or commitment to award a contract.

Published: Jan 27, 2026Deadline: Feb 13, 2026ID: 62c924d404944e9386c504ddd60052b5

Need alerts, export, or document OCR?

The tender record stays public. Those actions live in the private workspace.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.