Cranes and Hoists Maintenance and Repair
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 Air Force, AFLCMC PZIO, is soliciting proposals for a Firm Fixed-Price contract for Cranes and Hoists Maintenance and Repair at Wright-Patterson Air Force Base, OH. This is a 100% Small Business Set-Aside opportunity. The contract covers comprehensive maintenance, inspection, and repair services for various lifting equipment. Proposals are due April 2, 2026, at 1:00 PM EDT.
Scope of Work
The contractor will provide all management, labor, tools, supplies, parts, equipment, and transportation for:
- Preventive Maintenance (PM) Inspections: Yearly inspections, tag updates, and ensuring safe operation per ANSI, AFI, and ASME standards.
- Equipment Repairs: Responding to routine and emergency service calls, providing written estimates, and performing on-site repairs.
- Load Testing: Required after extensive repairs, overhauls, modifications, or upon government request.
- Reporting: Submission of inspection reports, repair estimates, and repair reports to the Contract Officer Representative (COR).
- Environmental Compliance: Adherence to General Environmental Protection Requirements, including HAZMAT/HAZWASTE handling.
Performance standards include specific response times (e.g., 2-hour on-site for emergencies) and reporting deadlines. The period of performance is anticipated to span from May 1, 2026, through April 30, 2031, including a base year and four option years.
Contract Details
- Type: Combined Synopsis/Solicitation (FA860126R0002), Firm Fixed-Price.
- Set-Aside: 100% Small Business Set-Aside (NAICS 811310, Size Standard $12.5M).
- Place of Performance: Wright-Patterson AFB, OH.
- Wage Determination: Service Contract Act Wage Determination (Attachment 4) applies, outlining minimum wages and fringe benefits for the region.
Submission & Evaluation
Proposals must be submitted electronically via email to matthew.bigelow.1@us.af.mil by the deadline. Submissions must be a single email, not exceeding 15MB, using only .pdf, .doc, .docx, .xls, or .xlsx file types (PDFs must be text-searchable). The email subject line must be "Synopsitation FA860126R0002".
Proposals require a two-volume submission:
- Volume I (Technical): Limited to 70 pages, addressing Quality Control (PWS 2.1), Inspection Reports (PWS 1.4.1), Written Repair Estimates (PWS 1.4.2), and Prior Experience (3 recent relevant contracts, 50+ cranes).
- Volume II (Price & Offer Documentation): Limited to 50 pages, including a completed Bid Sheet (Attachment 5), SF 1449, and a cover letter with CAGE, UEI, Tax ID, POCs, and a statement of 180-day offer validity.
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical Capability will be rated "Acceptable" or "Unacceptable," with no tradeoffs between price and non-price factors. Price will be evaluated for completeness, fairness, reasonableness, and Total Evaluated Price (TEP), which includes base and option periods.
Important Notes
The Government reserves the right to award without discussions or make no award. Funds are not presently available, and the solicitation may be canceled without obligation to reimburse offeror costs. Offerors must acknowledge all amendments.