Crane 2BCT
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, through MICC-FT RILEY, is soliciting quotes for crane support services at Fort Riley, KS. This Total Small Business Set-Aside opportunity requires a crane, operators, and a rigging team capable of hoisting M1A2 Tanks (73.59 tons) and other Non-Mission Capable (NMC) equipment off rail cars. Quotes are due by March 6, 2026, at 10:00 AM CST.
Scope of Work
The contractor shall provide one crane, operators, and a rigging team. The crane must be capable of lifting an M1A2 Tank (73.59 tons) at a radius of up to 38 feet. This includes utilizing rigging points on the tank, requiring slings (min. 10-15 ft per leg, 80-ton capacity) and spreader bars to prevent damage. The scope also covers loading various NMC equipment, such as M1120A2 Trucks, M1074A1 Material Handling Cranes, M88A2 Tracked Recovery Vehicles, and M2A3 Fighting Vehicles, from rail cars onto the ground. Services include delivery and setup at Camp Funston Rail Yard, all necessary services to sustain crane utilization, equipment repairs and replacements, and operator/rigging crew labor (including overtime), permits/tolls, and per diem.
Contract Details
- Contract Type: Request for Quote (RFQ), anticipated Firm Fixed Price.
- Period of Performance: March 10-13, 2026. Crane must be ready to lift by 0800 on March 10, 2026.
- Place of Performance: Camp Funston Rail Yard, in the vicinities of Spur 1 and B Street, Fort Riley, KS.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 532412 (Rental and Leasing of Construction Machinery and Equipment) with a $40,000,000 size standard.
Submission & Evaluation
Quotes must be submitted electronically (PDF or Microsoft Excel/Word) to the Contract Specialist/Contracting Officer. Submissions must include a total price and an itemized breakout of service components. Award will be made to the responsible offeror whose price is determined fair and reasonable, following a Lowest Price Technically Acceptable (LPTA) approach. Evaluation will be limited to price only, with technical evaluation confirming proposed services meet PWS requirements. Offerors must be registered in SAM.gov and have completed required FAR representations.
Important Dates
- Questions Due: March 5, 2026, 08:00 AM CST.
- Quotes Due: March 6, 2026, 10:00 AM CST.
- Quote Validity: Minimum of 30 calendar days.
Special Requirements
Contractor employees require background checks and must adhere to installation access policies. Anti-Terrorism (AT) Level I Training is required for all contractor employees within 30 calendar days of contract start or employment. A Wage Determination (WD 2015-6015, Revision No. 3 for Geary County, KS) applies, outlining minimum wage rates and fringe benefits. No lift plan is required for this project.
Points of Contact
- Kelsey M Anderson, Contract Specialist, kelsey.m.anderson12.civ@army.mil
- Shannon S Campbell, Contracting Officer, shannon.s.campbell.civ@army.mil