SOURCES SOUGHT
W -- Heavy Equipment Rental
- Notice Date
- 3/5/2026 4:59:55 PM
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
- ZIP Code
- 31699-1700
- Solicitation Number
- A059897
- Response Due
- 3/16/2026 10:00:00 AM
- Archive Date
- 03/31/2026
- Point of Contact
- Aden Luna, Phone: 2292571349, Samantha Elia, Phone: 2292575588
- E-Mail Address
-
aden.luna@us.af.mil, samantha.elia@us.af.mil
(aden.luna@us.af.mil, samantha.elia@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- REQUEST FOR INFORMATION (RFI) Heavy Equipment Lease for Training Support Notice Type: Request for Information (RFI) Market Research NAICS Code: The anticipated North American Industry Classification System (NAICS) code for this requirement is 532412 Construction Equipment Rental and Leasing. Purpose: This Request for Information (RFI) is issued for market research purposes only to identify vendors capable of leasing heavy equipment to support a government training program. This notice is for planning purposes only and does not constitute a solicitation or obligation for the Government to issue a contract or otherwise pay for information received in response to this RFI. Requirement Overview: The Government is seeking sources capable of leasing heavy equipment assets for a temporary training requirement. The equipment will be used by Airmen participating in a Heavy Equipment Operations training track. The purpose of leasing these vehicles is to support hands-on training for personnel learning to operate heavy equipment. All training and supervision will be provided by military personnel. Vendor-provided training is not required. Equipment Requirement: The Government is requesting one (1) each of the following equipment assets for lease: 5-10 ton dump truck 5-8 ton dual steel wheel vibratory roller 24 cubic yard front end loader mini excavator compact track loader (CTL) 1500-gallon water distribution truck (Each piece of equipment will be required for an estimated duration of 30-45 days) Timeline: The Government intends to begin the training program no later than 01 June 2026, with the training scheduled to conclude no later than 17 July 2026. Equipment availability would be required beginning 01 June 2026 or sooner. Operator Responsibility: All leased equipment will be operated by trained U.S. military personnel as part of an official Government training program. The Government will be responsible for operating the equipment during the lease period. Vendor personnel will not be required to provide training or remain onsite during equipment use. Vendors are encouraged to identify any insurance, liability, or operational requirements associated with leasing equipment for Government-operated training use. Delivery / Pickup Considerations: Interested vendors are encouraged to indicate whether equipment delivery and pickup services are available and provide any associated requirements or costs. Requested Information from Industry: Interested vendors are requested to provide the following information: -Company name, address, and point of contact -Confirmation of ability to lease the listed equipment for the required timeframe -Availability of the equipment beginning 01 June 2026 or sooner -Ability to support a lease duration of approximately 30-45 days -Estimated delivery or pickup options -Any insurance, liability, or operational requirements associated with leasing equipment for Government-operated training use -Equipment specifications or capability sheets, if available -A brief capability statement describing the vendor's experience providing heavy equipment rental or leasing services similar to this requirement Training Requirements Disclosure: If a vendor requires that equipment training be provided by their personnel as a condition of leasing the equipment, vendors are requested to clearly identify this requirement in their response and provide any associated terms or conditions. Responses should be limited to no more than 1-3 pages and will be used strictly for market research purposes to identify potential sources capable of meeting this requirement. Submission Instructions: Interested vendors are requested to submit responses electronically to the Government point of contact listed below. Disclaimer: This RFI is issued solely for information and planning purposes and does not constitute a solicitation for proposals or quotes. The Government does not intend to award a contract based on responses to this RFI. Respondents will not be reimbursed for any costs associated with preparing or submitting a response. Responses to this notice are strictly voluntary. If you have any further questions, please contact the POC bulleted down below: Email: samantha.elia@us.af.mil Work phone: 229)460-5588 Email: aden.luna@us.af.mil Work phone: 229)257-1349
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ed26b90c0f6f475cbce090140a5eb8b2/view)
- Place of Performance
- Address: Moody AFB, GA 31699, USA
- Zip Code: 31699
- Country: USA
- Zip Code: 31699
- Record
- SN07736399-F 20260307/260305230050 (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 |