26-SIMACQ-E20-0005 Crane Services

SOL #: N6339426Q4018Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDING OFFICER
PORT HUENEME, CA, 93043-5007, United States

Place of Performance

Port Hueneme CBC Base, CA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Husbanding Services—Material Handling (M2AD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 21, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 12, 2026, 10:00 PM

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 Navy is soliciting proposals for crane services to support the Littoral Combat Ship (LCS) Surface Warfare (SUW) Mission Module (MM) Training at the Surface Combat Systems Training Center (SCSTC) Mayport, Jacksonville, FL. This Total Small Business Set-Aside opportunity requires specialized lifting operations for the installation of the Part Task Trainer Surface-to-Surface Missile Module (SSMM). Offers are due by March 12, 2026.

Scope of Work

The contractor will provide crane services and a certified rigging team (1 Crane Operator, 1 Rigging Personnel, 1 Signal Personnel) for multiple lifts within the high bay of Building 2527. The crane must operate entirely inside the building, adhering to a safe working height of 240 inches (20 feet). The specific crane type (e.g., 100-ton all-terrain, Broderson carry deck) is flexible, provided it meets height restrictions and safely lifts items per the Statement of Work (SOW). Key lifts include a 4,000 lbs foundation (15'x14'), 4,000 lbs assembled hatch and cover assemblies (2,000 lbs each), and a 2,200 lbs Missile Exhaust Containment Structure. Additional smaller lifts (<700 lbs) may also be required. All operations must comply with applicable safety requirements.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: April 13, 2026, to April 15, 2026
  • Solicitation Issue Date: February 20, 2026
  • Offer Due Date: March 12, 2026, 03:00 PM Local Time
  • Estimated Value: The NAICS size standard for this opportunity is $19,000,000.00.

Eligibility & Evaluation

This acquisition is a Total Small Business Set-Aside. The primary NAICS code is 238990 (Other Building Equipment Contractors). Evaluation will follow a Lowest Priced, Technically Acceptable (LPTA) approach, considering Price, Technical Capability (rated acceptable/not acceptable), and Past Performance (pass/fail).

Submission & Contact

Quotes must be submitted in PDF format via email to the primary point of contact, Jorge Ortiz, at jorge.u.ortiz.civ@us.navy.mil.

Additional Notes

Navy Base access is required. Funds are not presently available for this effort, and no award will be made until funds are secured. Vendors are advised to monitor SAM.gov for any further amendments or updates.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 21, 2026
View
26-SIMACQ-E20-0005 Crane Services | GovScope