Cranes and Hoists Maintenance and Repair

SOL #: FA860126R0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8601 AFLCMC PZIO
WRIGHT PATTERSON AFB, OH, 45433-5344, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

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

PSC

Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)

Set Aside

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

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Apr 2, 2026, 5:00 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 Air Force is soliciting proposals for Cranes and Hoists Maintenance and Repair Services at Wright-Patterson Air Force Base, OH. This is a 100% Small Business Set-Aside combined synopsis/solicitation (FA860126R0002) for a Firm Fixed-Price contract. The award will be made to the responsible offeror with a technically acceptable proposal and the lowest total evaluated price. Proposals are due by 1:00 PM EDT on April 2, 2026.

Scope of Work

The contractor will provide comprehensive maintenance, inspection, and repair services for crane, hoist, and auto lift equipment at WPAFB. Key services include:

  • Preventive Maintenance (PM): Inspections, tag updates, and ensuring safe operation in accordance with ANSI B30 series, AFI 91-203, and ASME B30.11-2004 standards.
  • Equipment Repairs: Responding to routine and emergency service calls, providing written estimates, and performing on-site repairs.
  • Inspections & Load Testing: Annual PM inspections, limit switch adjustments, magnetic particle inspections on hooks, and load testing as required.
  • Reporting: Submission of inspection reports, written repair estimates, and repair reports to the Contract Officer Representative (COR).
  • Performance Standards: Strict response times for routine (2-hour contact, next business day on-site) and emergency (2-hour on-site, 24/7) calls.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
  • Small Business Size Standard: $12,500,000.00
  • Place of Performance: Wright-Patterson Air Force Base, OH
  • Period of Performance: Base year plus four option years, with a provision for a maximum six-month extension under FAR 52.217-8.

Submission & Evaluation

  • Submission: Electronic proposals must be emailed to matthew.bigelow.1@us.af.mil by the deadline. The email subject line must be "Synopsitation FA860126R0002". The entire proposal must be a single email, not exceeding 15MB, with attachments limited to .pdf, .doc, .docx, .xls, or .xlsx formats. PDFs must be text-searchable.
  • Proposal Format: Two volumes are required:
    • Volume I: Technical (max 70 pages): Must address Quality Control (PWS 2.1), Inspection Reports (PWS 1.4.1), Written Repair Estimates (PWS 1.4.2), and Prior Experience (proof of 3 recent relevant contracts and experience with at least 50 cranes).
    • Volume II: Price & Offer Documentation (max 50 pages): Includes a cover letter (with CAGE, UEI, Tax ID, POCs, offer validity statement), a completed SF 1449, and the Attachment 5 Bid Sheet.
  • Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Proposals will be rated "Acceptable" or "Unacceptable" for Technical Capability. Only technically acceptable proposals will be considered for award, with the contract going to the offeror submitting the lowest Total Evaluated Price (TEP). No tradeoffs between price and non-price factors are permitted.
  • Offer Validity: Offers must remain firm for 180 days after the solicitation closing date.

Important Notes

  • Funding: Funds are not presently available, and no award will be made until funds are secured. The Government reserves the right to cancel the solicitation without obligation to reimburse offeror costs.
  • Wage Determination: Bidders must adhere to the Service Contract Act Wage Determination (WD.2015-4731 Rev.28, dated 12-03-2025) for Greene, Miami, and Montgomery Counties, OH, which specifies minimum wage rates and fringe benefits ($5.55/hr H&W).
  • Questions: Address questions to Matthew Bigelow via email at matthew.bigelow.1@us.af.mil.

People

Points of Contact

Matthew BigelowPRIMARY
Edward A. HuchisonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
Cranes and Hoists Maintenance and Repair - Wright Patterson AFB | GovScope