SOLICITATION NOTICE
W -- USNS WLS AERIAL WORK PLATFORM RENTAL
- Notice Date
- 2/1/2026 4:15:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6264926QH009
- Response Due
- 2/2/2026 9:00:00 PM
- Archive Date
- 02/18/2026
- Point of Contact
- Jason Q. Perez, Phone: 16713395526, Cynthia Cruz
- E-Mail Address
-
jason.q.perez.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil
(jason.q.perez.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 02 Feb 2026- The following question was submitted: Question: 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b026ea3fdba041478ce34f936f7fa9bc/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07702609-F 20260203/260201230028 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |