183 MXS Hoist and Crane Inspections
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, on behalf of the 183d Maintenance Squadron (183 MXS), is soliciting quotes for Hoist and Crane Inspections at Springfield, IL. This is a combined synopsis/solicitation (RFQ # W50S7U-26-Q-0003) for commercial services, structured as a Firm-Fixed Price (FFP) contract with a base year and four option years. This opportunity is a Total Small Business Set-Aside. Quotes are due by 1:00 PM CDT on March 24, 2026.
Scope of Work
The requirement is for annual inspections, preventative maintenance (PM), and load testing of various lifting devices, including Yale, Columbus, Coffing, Kone, Shepard Niles, and Loadstar hoists/cranes. The contractor must supply all necessary materials, equipment, and personnel. Minor repairs (e.g., hardware replacement, cleaning, lubrication, servicing, adjustments) are included as part of PM, but major repairs are not authorized. All inspections and testing must comply with manufacturer's specifications, OSHA 29 Part 1910.179, and applicable US military standards. Load tests require calibrated scales or certified weights and must be maintained for at least fifteen minutes. Unsafe devices must be tagged "OUT OF SERVICE" and reported. A detailed report of conditions and test results is required for each device.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Duration: One (1) Base Year plus four (4) 12-month option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.502-2(a)).
- NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a $12.5M size standard.
- Product Service Code (PSC): H335.
- Wage Determination: Service Contract Act (SCA) Wage Determination # 2015-5031 for Illinois applies. Bidders must factor these minimum labor costs into proposals.
- Place of Performance: 183d Wing (183 WG), Springfield, IL, specifically at Buildings 1, 152 (T-9 Test Cell), and 17 (Fabrication).
Submission Requirements & Evaluation
Offerors must submit quotes conforming to the CLIN structure, including price per hoist/crane (material, labor, fees). Submissions must also include company qualifications (certifications, licenses) and a proposed schedule for completing the base year work, with inspections due no later than April 7, 2026. A Quality Control Plan (QCP) is also required. Quotes will be evaluated based on best value to the Government, considering price and meeting performance requirements outlined in the PWS. Firms must be registered in SAM.gov to be considered for award.
Key Dates & Contacts
- Questions Due: NLT close of business on March 18, 2026. Use the provided RFI template.
- Quotes Due: NLT 1:00 PM CDT on March 24, 2026.
- Submission Email: Alicia.Braun@us.af.mil and Amanda.Brenizer@us.af.mil.
- Primary Contacts: Amanda Brenizer (Amanda.Brenizer@us.af.mil, 217-757-1251) and Alicia C. Braun (Alicia.Braun@us.af.mil, 217-757-1265).