Skip to content
Department of Defense

Rental of 10K Telehandler

Solicitation: N3904026Q3074
Notice ID: d0b620e75316439e9bc4e6c350ba5eb0
TypeCombined Synopsis SolicitationNAICS 532490PSCW039DepartmentDepartment of DefenseAgencyDept Of The NavyStateMEPostedMar 16, 2026, 12:00 AM UTCDueMar 18, 2026, 02:00 PM UTCCloses in 2 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Mar 18, 2026. Industry: NAICS 532490 • PSC W039.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N3904026Q3074. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.

12-month awarded value
$3,257,535
Sector total $1,748,325,700 • Share 0.2%
Live
Median
$637,789
P10–P90
$179,316$1,096,262
Volatility
Volatile144%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+5525%($3,143,735)
Deal sizing
$637,789 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ME
Live POP
Place of performance
Kittery, Maine • 03904 United States
State: ME
Contracting office
Portsmouth, NH • 03801-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ME20260048 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maine • Sagadahoc
Rate
CARPENTER, Includes Form Work
Base $18.95Fringe $3.23
Rate
CEMENT MASON/CONCRETE FINISHER
Base $19.27Fringe $1.13
+23 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 23 more rate previews.
Davis-BaconBest fitstate match
ME20260048 (Rev 0)
Open WD
Published Jan 02, 2026Maine • Sagadahoc
Rate
CARPENTER, Includes Form Work
Base $18.95Fringe $3.23
Rate
CEMENT MASON/CONCRETE FINISHER
Base $19.27Fringe $1.13
Rate
ELECTRICIAN
Base $25.21Fringe $5.63
+22 more occupation rates in this WD
Davis-Baconstate match
ME20260047 (Rev 1)
Open WD
Published Jan 23, 2026Maine • Penobscot
Rate
POWER EQUIPMENT OPERATOR: Grader/Blade, Mechanic, Paver (Asphalt, Aggregate, and Concrete), Roller Asphalt
Base $30.17Fringe $13.80
Rate
TRUCK DRIVER (Vacuum Truck)
Base $25.65Fringe $17.69
Rate
CARPENTER, Includes Form Work
Base $18.95Fringe $3.23
+17 more occupation rates in this WD
Davis-Baconstate match
ME20260044 (Rev 0)
Open WD
Published Jan 02, 2026Maine • Washington
Rate
POWER EQUIPMENT OPERATOR: Grader/Blade, Milling Machine, Paver (Asphalt, Aggregate, and Concrete), Roller Asphalt
Base $30.17Fringe $13.80
Rate
CARPENTER, Includes Form Work
Base $18.34Fringe $2.84
Rate
HIGHWAY/PARKING LOT STRIPING: Laborer
Base $14.24Fringe $2.06
+16 more occupation rates in this WD
Davis-Baconstate match
ME20260033 (Rev 0)
Open WD
Published Jan 02, 2026Maine • York
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $33.65Fringe $26.27
Rate
CARPENTER
Base $19.66Fringe $6.13
Rate
ELECTRICIAN
Base $25.24Fringe $7.01
+11 more occupation rates in this WD

Point of Contact

Name
Christie Ashcraft
Email
christie.j.ashcraft.civ@us.navy.mil
Phone
2076510355

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PORTSMOUTH NAVAL SHIPYARD GF
Contracting Office Address
Portsmouth, NH
03801-5000 USA

More in NAICS 532490

Description

COMBINED SYNOPSIS/SOLICITATION NOTICE:

Requirement Title: Rental of One (1) Telehandler

Solicitation Number: N3904026Q3074

Response Deadline: March 18, 2026 @ 10:00 AM EST

POC: Christie Ashcraft

Christie.j.ashcraft.civ@us.navy.mil

207-651-0355

- Amendment-01 is to update this solicitation to full and open competition and update the date offers are due to 03/18/2026. 

GENERAL INFORMATION:

  1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. 

  1. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change Notice 2025-1110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:  https://www.acquisition.gov/browse/index/far    and   http://www.acq.osd.mil/dpap/dars/change_notices.html

  1. This solicitation is being issued as a(n): Request for Quotation (RFQ)

  1. This acquisition is for: Full and Open Competition

 

  1. North American Industry Classification System Code (NAICS): 532490 “Other Commercial and Industrial Machinery and Equipment Rental and Leasing” 

  1. The size standard is: $40 MIL

REQUIREMENT INFORMATION:

The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Rental of one (1) Telehandler. 

  • BASE DURATION  52 WEEKS 3-17-2026 to 3-15-2027
  • OPTION-1 IS 52 WEEKS 3-16-2027 to 3-13-2028
  • OPTION 2 IS 4 WEEKS 3-14-2028 to 4-10-2028
  • OPTION-3 IS 4 WEEKS 4-11-2028 to 5-8-2028
  • Place of Performance: Portsmouth Naval Shipyard, Kittery, Maine

METHOD OF PROPOSAL SUBMISSION:

Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.  

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/

Technical Items:

  • Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
  • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the SOW and specifications. These should be readily identified by the item’s ID number.
  • Table 2 (Attachment 2) is required to be completed and returned with Quote

If the above equipment specifications are not submitted with quote, the quote will NOT be considered.

CLAUSES: 

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 

52.204-2                  Security Requirements

52.204-7                  System for Award Management

52.204-10                Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13                System for Award Management Maintenance

52.204-16                Commercial and Government Entity Code Reporting

52.204-17                Ownership or Control of Offeror

52.204-18                Commercial and Government Entity Code Maintenance

52.204-19                Incorporation by Reference of Representations and Certifications

52.204-20                Predecessor of Offeror

52.204-21                Basic Safeguarding of Covered Contractor Information Systems

52.204-22                Alternative Line-Item Proposal

52.204-24              Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26             Covered Telecommunications Equipment or Services--Representation

Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or

52.209-6                  Proposed for Debarment

52.209-10                Prohibition on Contracting with Inverted Domestic Corporations

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any

52.209-11                Federal Law

52.212-1                  Instructions to Offerors—Commercial Products and Commercial Services

52.212-2                  Evaluation—Commercial Products and Commercial Services                

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services

52.212-4                  Contract Terms and Conditions—Commercial Products and Commercial Services

Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial

52.212-5                  Products and Commercial Services

52.217-9                  Option to Extend the Term of the Contract

52.222-3                  Convict Labor

52.222-19                Child Labor—Cooperation with Authorities and Remedies

52.222-21                Prohibition of Segregated Facilities

52.222-26                Equal Opportunity

52.222-36                Equal Opportunity for Workers with Disabilities

52.222-50                Combating Trafficking in Persons

52.223-6                   Drug-Free Workplace

52.223-11               Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons

52.223-18                Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13                Restrictions on Certain Foreign Purchases  Prohibition on Contracting with Entities Engaging in          Certain Activities or Transactions Relating to

52.225-25                Iran—Representation and Certifications

52.232-33                Payment by Electronic Funds Transfer—System for Award Management

52.232-36                Payment by Third Party

52.232-39                Unenforceability of Unauthorized Obligations

52.232-40                Providing Accelerated Payments to Small Business Subcontractors

52.233-3                   Protest after Award

52.233-4                  Applicable Law for Breach of Contract Claim

52.242-15                Stop-Work Order

52.242-17                Government Delay of Work

52.246-1                  Contractor Inspection Requirements

52.246-2                  Inspection of Supplies—Fixed-Price

52.247-34                F.o.b. Destination

52.252-1                  Solicitation Provisions Incorporated by Reference

52.252-2                  Clauses Incorporated by Reference

52.252-6                  Authorized Deviations in Clauses

Additional DFARS contract terms and conditions applicable to this procurement are:  

252.203-7000         Requirements Relating to Compensation of Former DoD Officials

252.203-7002         Requirement to Inform Employees of Whistleblower Rights

252.203-7005         Representation Relating to Compensation of Former DoD Officials

252.204-7003          Control of Government Personnel Work Product

252.204-7006         Billing Instructions

252.204-7014         Limitations on the Use or Disclosure of Information by Litigation Support Contractors

252.204-7015         Notice of Authorized Disclosure of Information for Litigation Support

252.204-7024         Notice on the use of the Supplier Performance Risk System

252.223-7004          Drug-Free Work Force

252.223-7008         Prohibition of Hexavalent Chromium

252.225-7048         Export-Controlled Items

252.231-7000         Supplemental Cost Principles

252.232-7003         Electronic Submission of Payment Requests and Receiving Reports

252.232-7006          Wide Area Workflow Payment Instructions

252.232-7010         Levies on Contract Payments

252.243-7001         Pricing of Contract Modifications

252.244-7000         Subcontracts for Commercial Products or Commercial Services

252.247-7023          Transportation of Supplies by Sea-Basic

C-202-H001            ADDITIONAL DEFINITIONS--BASIC  (NAVSEA) (OCT 2018)

USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT

C-204-H001           2018)

C-211-H018             APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)

C-223-H003            EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)

C-223-N002            RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)

C-247-H001            PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)

C-211-H002             MARKING OF REPORTS (NAVSEA) (OCT 2018)

D-247-H002            PACKAGING OF SUPPLIES--BASIC (NAVSEA) (DEC 2020)

D-247-H004            MARKING AND PACKING LIST(S)--BASIC (NAVSEA) (FEB 2022)

D-247-W001           PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018)

F-211-W001            PARTIAL DELIVERIES (NAVSEA) (OCT 2018

F-242-H001             CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018)

F-232-H002             PAYMENT INSTRUCTIONS (NAVSEA) (FEB 2024)

F-247-N002       INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD (NAVSEA) (MAR 2019)

G-232-H004            GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (JUN 2023)

G-232-H005             SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)    GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND

G-242-H001            RESPONSIBILITIES (NAVSEA) (OCT 2023

G-242-H002             HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021) 

52.212-1 Instructions to Offerors-Commercial Items

  1. GENERAL

In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items” and any other instructions contained elsewhere in this solicitation, the following information is provided:

Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.

IMPORTANT NOTES:

    1. Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.
    2. Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.
    3. Responses should be submitted via email only

(4) Please review all specifications carefully.

  1. CONTENT OF QUOTE
    • RFQ pricing and information pages completed by the vendor.
    • Technical Submission to include submission of technical information demonstrating compliance with the specifications, including, but not limited to:
      • Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
      • Table 2 (Attachment 2)
      • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the SOW and specifications. These should be readily identified by the item’s ID number.
      • The details of any/all exceptions taken to the specification.

NOTE: If Equipment Data sheet is not attached to Request for Quote, the submission will not be considered. ***

The completion and submission of the above items will constitute a quote and will be considered the vendor’s

unconditional assent to the terms and conditions of this solicitation and any attachments and/or

exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with  FAR Subpart 9.1.

52.212-2, Evaluation - Commercial Items is applicable to this procurement.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be revaluated based on the following criteria:

  1. Technical Acceptability
  1. Must meet specifications and document capabilities
  2. Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)

     2.       Price (Lowest Price Technically Acceptable, after adherence to other factors)

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

 

  1. Technical:  

  1. Specifications
  • Please provide documentation demonstrating your capabilities in fulfilling the SOW. 
  • Complete Table 2 (Attachment 2)

Technical Evaluation Ratings

Rating

Description

Acceptable

Submission clearly meets the minimum requirements of the solicitation

Unacceptable

Submission does not clearly meet the minimum requirements of the solicitation

Note: If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.

  1. Schedule: 
  • Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution. 

  1. Price: 

The Price will be evaluated as Lowest Price Technically Acceptable; however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.

(END OF COMBINED SYNOPSIS/SOLICITATION)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.