Cranes and Hoist West Point FY26
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. Army, Directorate of Public Works, at the United States Military Academy, West Point, NY, is conducting a Sources Sought to identify qualified small businesses for Crane and Hoisting Services. This is a conditional Total Small Business Set-Aside, contingent on sufficient small business responses. The services involve annual inspections, preventative maintenance, and load testing of lifting devices. Responses are due March 4, 2026.
Scope of Work
The requirement is for a one-time service to provide comprehensive crane and hoisting services, including:
- Annual inspections and preventative maintenance on specified lifting devices.
- Annual load testing on all lifting devices.
- Provision of all necessary materials, equipment, and personnel.
- Ensuring compliance with manufacturer specifications, OSHA 29 Part 1910.179, and other relevant regulations.
- Devices are located at Stewart International Airport, Newburgh, NY.
Contract & Timeline
- Type: Sources Sought (Information and Planning Purposes Only)
- Anticipated Duration: One-time service
- Set-Aside: Total Small Business (conditional upon market research)
- NAICS Code: 811310 – Construction Machinery Manufacturing (Size Standard: $12.5M)
- Published: February 27, 2026
- Response Due: March 4, 2026, at 9:30 PM EST
- Place of Performance: West Point, NY
Submission Requirements
Interested firms should provide:
- Firm name, point of contact, phone, email, DUNS, CAGE, small business status (including type/certifications), and corresponding NAICS.
- Indication of interest as a prime contractor and any subcontracting/teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability of services, including pricing, delivery schedules, and terms.
- Recommendations on how to structure contract requirements to facilitate small business competition.
- Identification of any conditions unnecessarily restricting competition.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
- Lead time to provide this service.
Additional Notes
This notice is solely for information and planning; it does not constitute a solicitation or a promise to issue one. The Government is not seeking quotes or proposals at this time and will not pay for information submitted. Not responding does not preclude participation in any future solicitation.