CRANE GROVE REPAIR JRRF
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 U.S. Department of Transportation, Maritime Administration (MARAD), is soliciting quotes for the overhaul of a crane's main telescoping boom at the River Reserve Fleet (JRRF) facility at JBLE Fort Eustis, Newport News, VA. This is a Firm Fixed-Price Purchase Order awarded on a Lowest Price Technically Acceptable (LPTA) basis under Full and Open competition. Quotations are due by May 20, 2026, at 1:00 PM (PT).
Scope of Work
This opportunity requires a complete overhaul of the main telescoping boom for a Grove Rough-Terrain Crane (Model: RT58C, Serial: 81564). The contractor will provide all necessary labor, materials, and equipment. Key tasks include:
- Restoring disturbed structural parts to original durability and safety standards.
- Disposing of existing hydraulic oil and filters, then refilling with Government-provided oil and filters.
- Rebuilding two boom lift cylinders and boom extension cylinders with new seals, O-rings, cables, wheel sheaves, and wear pads.
- Replacing all hydraulic hoses, ensuring testing per ISO 1402:2021 and SAE J517/J343 standards.
- Performing all welding according to AWS standards. All work must comply with the latest regulatory standards, including OSHA, ASME, ANSI, CMAA, NCCCO, and Dept. of Labor. Contractor employees will require vetting for access to Fort Eustis.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order.
- Period of Performance: Crane pickup within 3 working days of Notice to Proceed (NTP); all work completed within 90 days of tender.
- Place of Performance: Contractor's facility for overhaul, with redelivery to the JRRF Facility.
- Set-Aside: Full and Open competition.
- NAICS Code: 336611 (Ship Building and Repairing), with a small business size standard of 1300 employees.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID (UEI).
- Payment: Net 30 after delivery and receipt of invoice, processed through DOT's Delphi eInvoicing web portal, which requires GSA's Login.gov authentication and a User Access Request.
Submission & Evaluation
- Quotations Due: May 20, 2026, at 1:00 PM (PT).
- Questions Due: May 15, 2026, at 4:00 PM (PT).
- Submission Method: Electronic via email to karen.tempest@dot.gov.
- Evaluation: Award will be made to the responsible quoter with the lowest total evaluated price whose quote is technically acceptable. Offerors should not submit standard commercial terms and conditions.
Important Regulatory Information
This solicitation incorporates various FAR provisions and clauses by reference, with significant deviations. Bidders must review Attachment 3 (FAR DEVIATION TEXT) for updates related to Executive Orders 14173, 14148, and FAC 2025-03, affecting areas like sustainable acquisition and labor laws. Additionally, Attachment 3 (Class Deviations) outlines amendments to the Transportation Acquisition Regulation (TAR) and FAR, including:
- Removal of certain Equal Employment Opportunity (EEO) clauses.
- Revised electronic payment submission requirements with new certifications related to anti-discrimination.
- Implementation of Executive Order 14398, "Addressing DEI Discrimination by Federal Contractors," introducing new clauses (e.g., FAR 52.222-90) that prohibit racially discriminatory DEI activities and update debarment/suspension criteria. Compliance with these updated and deviated requirements is mandatory.