Navigate the lattice: hubs for browsing, trends for pricing signals.
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:
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:
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.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.