Loading...
W912CG26PA0080001
Response Deadline
May 8, 2026, 10:00 PM(CDT)8 days
Eligibility
Contract Type
Solicitation
The contractor shall provide:
(1) One (1) complete electric scissor lift system including, at a minimum:
i.) A self‑propelled, battery‑powered electric scissor lift capable of safely elevating personnel and equipment to perform overhead maintenance, camera installation, lighting adjustments, and facility support tasks within a platform height range of 19 ft to 26 ft.
ii.) A platform load capacity of at least 500 lbs., enabling one operator plus tools, equipment, and materials to be elevated safely.
iii.) Non‑marking tires suitable for indoor laboratory and test‑facility flooring, preventing damage or residue on epoxy, concrete, or specialty surfaces.
iv.) Integrated safety systems including pothole protection, tilt sensors, descent alarms, emergency stop controls, and all ANSI/OSHA‑required safety features for indoor aerial lift operation.
v.) Folding or collapsible guardrails enabling the lift to pass through standard interior doorways and be stored in constrained facility spaces.
vi.) A maneuverability profile suitable for indoor corridors, test bays, and equipment rooms, including a maximum stowed width not exceeding 36 inches and tight‑turn or zero‑turn capability.
vii.) A built‑in smart charging system compatible with standard U.S. electrical outlets (120V AC), including charge indicators and automatic shutoff.
viii.) Industrial‑grade construction suitable for daily use in a research and test facility environment, including reinforced scissor arms and steel platform components.
ix.) Sufficient consumables, accessories, and documentation to support installation, operator training, and initial operation by Soldier Center personnel.
(2) A control and monitoring system including, at a minimum:
i.) Operator control panels located at both the platform and ground level, enabling lift, lower, drive, and emergency stop functions.
ii.) Status and diagnostic indicators including battery level, fault codes, and operational status display visible to the operator.
iii.) Safety interlocks prevent lift operation under unsafe conditions such as excessive tilt, overload, or improper deployment of safety mechanisms.
(3) Installation, training, and warranty
i.) The contractor shall provide virtual or digital operator training covering safe operation, charging procedures, maintenance requirements, and emergency protocols.
ii.) The contractor shall provide a minimum one‑year warranty covering parts and labor for defects in materials or workmanship.
4. Period of Performance: Contractor shall ship the hardware and all associated components within 30–45 days of contract award.
5. Travel: Travel is not anticipated under this contract to the Natick Soldier Systems Center (NSSC), Natick, MA.
6. Security: A security clearance is not required for this work.
7. Personnel Qualifications: The contractor shall have demonstrated knowledge and expertise by providing commercially available products that meet the stated requirements.
8. Government Furnished Equipment/Information: The contractor will not have access to Government internal information networks. The government will provide in‑house support, as required, for real property and utilities associated with the facility.
9. Deliverables: The contractor shall ship the scissors lift and all components inclusively, including appropriate training and instruction documentation.
10. Place of Performance: Natick Soldier Systems Center (NSSC), Natick, MA.
11. Contract Management/Activity Report: The contractor shall be responsible for managing and overseeing the activities of all contractor personnel used in performance of this contract. The contractor’s management responsibilities shall include all activities necessary to ensure the completion of timely and effective delivery in accordance with the requirements contained in this statement of work.
12. Invoicing: The contractor shall bill upon completion of shipment.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC CCDC STTC
W6QK ACC CCDC STTC
ORLANDO DIVISION
12423 RESEARCH PARKWAY
ORLANDO, FL, 32826-0000
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
Set-Aside
No Set aside used