Combined Synopsis/Solicitation for Commercial Cranes Maintenance and Repair Services BPA

SOL #: W51H7226QA007Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC FDO FT BRAGG
FORT BRAGG, NC, 28310-0000, United States

Place of Performance

Fort Bragg, NC

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Mechanical Power Transmission Equipment (J030)

Set Aside

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

Timeline

1
Posted
Apr 3, 2026
2
Submission Deadline
Apr 24, 2026, 9:00 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 Army is seeking proposals for a Multiple-Award Blanket Purchase Agreement (BPA) to provide Commercial Crane Maintenance and Repair Services for the 18th Field Artillery Brigade Headquarters at Fort Bragg, NC. This opportunity is a 100% Total Small Business Set-Aside under NAICS code 811310. The Government anticipates awarding up to eight BPAs, each with an estimated maximum value of $250,000 per year. Proposals are due April 24, 2026, at 4:00 PM EDT.

Scope of Work

Contractors will provide periodic maintenance services, including Testing, Diagnostics, Maintenance, and Repairs, for commercial cranes such as Hiab, Oshkosh, and Grove models. The scope of work for individual BPA Calls will include:

  • Diagnostics: Must be OEM manufacturer authorized/approved, use current OEM standards, and be performed by OEM-certified technicians.
  • Maintenance: Must be OEM manufacturer authorized/approved and performed by OEM-certified technicians.
  • Repairs: Must be completed by an OEM-certified repair facility to OEM standards, using OEM repair and service manuals. All services must adhere to the requirements outlined in the Performance Work Statement (PWS). Work will be performed at Fort Bragg, NC, primarily during core duty hours, but may extend to weekends or holidays as needed.

Contract Details

  • Contract Type: Multiple-Award Blanket Purchase Agreement (BPA)
  • Solicitation Number: W51H7226QA007
  • Set-Aside: 100% Total Small Business Set-Aside (NAICS 811310)
  • Period of Performance: One (1) twelve-month base year (May 18, 2026 - May 17, 2027) with four (4) twelve-month option periods, totaling an estimated five years (May 18, 2026 - May 17, 2031).
  • Estimated Maximum Value: $250,000.00 per year (base and each option year). This is an estimate and does not guarantee orders.
  • Place of Performance: Fort Bragg, NC.

Submission & Evaluation

This is a Request for Quotation (RFQ). Quotes will be evaluated based on technical acceptability and best value to the Government, considering price and socio-economic status. Key evaluation criteria include:

  • Technical Capability: Experience with specific crane models, OEM-certified technicians/equipment, on-site/off-site repair, safety compliance.
  • Past Performance: History of similar work and references.
  • Personnel Qualifications: Certifications, training, English proficiency.
  • Pricing: Reasonableness, competitiveness, hourly rates, parts, emergency rates.
  • Compliance: SAM registration, Fort Bragg security requirements.
  • Quality Assurance & Safety: Quality control and safety plans.
  • Environmental Compliance: Hazardous material management, sustainability.

Responses must be submitted electronically as a PDF, not exceeding five (5) pages, using a minimum 12-point font. Required content includes vendor information, technical capability, personnel qualifications, pricing, quality assurance/safety plans, and proof of SAM registration.

Key Dates

  • Solicitation Release Date: April 3, 2026
  • Questions Due Date: April 17, 2026
  • Proposal Closing Date & Time: April 24, 2026, 4:00 PM EDT

Contact Information

Important Notes

Offerors must be registered in SAM under NAICS 811310 and in Wide Area Work Flow (WAWF). Monitor SAM.gov for any amendments. Telephone inquiries will not be accepted.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
Combined Synopsis/Solicitation for Commercial Cranes Maintenance and Repair Services BPA | GovScope