FY 26 Barge Crane & Operator Rental
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, through the 628th Contracting Squadron, is soliciting quotes for FY 26 Barge Crane & Operator Rental services at Joint Base Charleston (JB CHS)/Naval Weapons Station, SC. This is a 100% Total Small Business Set-Aside combined synopsis/solicitation (RFQ FA441826Q0017) for commercial services. The purpose is to secure a barge crane and operator for vessel off-loading operations. Quotes are due by February 19, 2026, at 1400 EST.
Scope of Work
The contractor shall provide a barge crane, operator, barges, rigger(s), and a maneuvering vessel (tug), along with all necessary labor, equipment, transportation, management, and supervision. Services include off-loading vessel hatches and cargo at Alpha Wharf, Goose Creek, Naval Weapons Station. The crane must meet specific lifting capabilities (e.g., max cargo weight 99,495 lbs) and comply with ASME, OSHA, and CFR standards. Off-loading operations are expected to be a maximum of 12 hours. The crane and equipment must be delivered and pre-positioned upon 24-hour notification and remain for a minimum of 14 calendar days. Contractor personnel will require background checks for base access.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order is anticipated.
- Product Service Code: W039 (Lease Or Rental Of Equipment: Materials Handling Equipment)
- NAICS Code: 238990, with a size standard of $19M.
- Period of Performance: 14 days upon government notification.
- Funding: Contingent upon the availability of appropriated funds.
Submission Requirements
Offerors must submit quotes electronically to luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil. Submissions must include:
- Completed Attachment 1: RFQ Fill-in Sheet (for pricing).
- A list of no more than three (3) past performance references from the past five years for similar work.
- All applicable current certifications demonstrating compliance with Performance Work Statement (PWS) requirements.
- Quotes must remain valid for at least 45 days.
- Questions regarding this acquisition are due by February 16, 2026.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the government, considering price and past performance.
- Price: Evaluated by total price of CLINs, with offerors ranked from lowest to highest.
- Past Performance: Evaluated for recency (within 3 years) and relevancy, resulting in a confidence rating (Substantial, Satisfactory, Neutral, Limited, No Confidence). The government will evaluate past performance starting with the lowest-priced offeror. If the lowest-priced offeror receives a "Substantial Performance Confidence Rating," award will be made. Otherwise, the evaluation continues to the next lowest-priced offeror. The government reserves the right to award to an offeror with a "Substantial Performance Confidence Rating" even if not the lowest price, based on an integrated best value assessment.
Key Dates & Contacts
- Quotes Due: February 19, 2026, 1400 EST.
- Questions Due: February 16, 2026.
- Primary Contact: TSgt Luke Jackson (luke.jackson@us.af.mil, 843-963-5174)
- Secondary Contact: Terry Harrelson (terry.harrelson.1@us.af.mil, 843-965-156)
Important Notes
This is Amendment One. Attachment 03 (SF 1449 Provisions and Clauses) has been removed and a new version will be provided on February 18, 2026. Offerors must be registered in SAM.gov. A Wage Determination (Atch 04) is included, establishing minimum wage and fringe benefit requirements for the region. An Ombudsman (Mrs. Susan Madison) is available for unresolved concerns after contacting the contracting officer.