Cranes and Hoists Maintenance and Repair - Wright Patterson AFB
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 is seeking proposals for Cranes and Hoists Maintenance and Repair Services at Wright-Patterson Air Force Base (WPAFB), Ohio. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract, set aside 100% for Small Businesses. The contract aims to ensure continuous and safe operation of all crane, hoist, and auto lift equipment at WPAFB. Proposals are due by 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 comprehensive maintenance, inspection, and repair services. Key tasks include:
- Preventive Maintenance (PM) Inspections: Adhering to standards like ANSI B30 series, AFI 91-203, and ASME B30.11-2004.
- Equipment Repairs: Responding to routine and emergency service calls, providing written estimates, and performing on-site repairs.
- Inspections & Load Testing: Conducting yearly PM inspections, adjusting limit switches, magnetic particle inspections on hooks, and load testing after extensive repairs or upon government request.
- Reporting & Record Keeping: Submitting inspection reports, repair estimates, and repair reports, and maintaining records for the contract duration plus two years.
- Environmental Compliance: Adhering to General Environmental Protection Requirements for WPAFB, including HAZMAT/HAZWASTE handling.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% Small Business Set-Aside (NAICS 811310, $12.5M size standard)
- Period of Performance: Anticipated May 1, 2026, through April 30, 2031 (Base year + 4 option years).
- Proposal Due: April 2, 2026, 1:00 PM EDT.
- Published: March 10, 2026.
Submission & Evaluation
Proposals must be submitted electronically via email to matthew.bigelow.1@us.af.mil, with the subject line "Synopsitation FA860126R0002". The entire proposal must be a single email, not exceeding 15MB, using only .pdf, .doc, .docx, .xls, or .xlsx attachments. Offers must remain valid for 180 days.
Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on:
- Technical Capability: Rated "Acceptable" or "Unacceptable," covering Quality Control Plan (PWS 2.1), Inspection Reports (PWS 1.4.1), Written Repair Estimates (PWS 1.4.2), and Prior Experience (proof of 3 relevant contracts and experience with at least 50 cranes).
- Price: Evaluated for completeness, balance, fairness, reasonableness, and Total Evaluated Price (TEP). No tradeoffs between price and non-price factors are permitted.
Important Notes
The Government reserves the right to award without discussions or make no award. Funds are not presently available, and no award will be made until funds are secured. The solicitation may be canceled without obligation to reimburse offeror costs. Offerors must acknowledge all amendments.