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 is soliciting quotations for FY 26 Barge Crane & Operator Rental services at Joint Base Charleston (JB CHS)/Naval Weapons Station, SC. This opportunity is for Full and Open Competition and requires the provision of a barge crane and operator for vessel off-loading operations. Quotations are due by March 02, 2026, at 2:00 PM EST.
Scope of Work
The contractor shall provide a barge crane, certified operator, barges, rigger(s), and a maneuvering vessel (tug) to perform off-loading of vessel hatches and cargo. This includes all necessary labor, equipment, transportation, management, and supervision. The crane must meet specific lifting capabilities, including a maximum cargo weight of 99,495 lbs and a minimum clearance height of 5 feet above the vessel. Operations must comply with ASME B30.8, B30.9, B30.20, OSHA 1926 subpart CC, and 29 CFR 1917 standards. One 8-hour day is allocated for performance and positioning walk-throughs, and off-loading performance is expected to be a maximum of 12 hours per operational day. The government will provide a 20' Tandemloc Autoloc Spreader, spotters, and riggers pier side.
Contract Details
This is a Combined Synopsis/Solicitation (FA441826Q0017) for commercial services, anticipated as a Firm-Fixed Priced Purchase Order. The associated NAICS code is 238990 with a size standard of $19M. The Period of Performance is 14 days upon government notification, with delivery and pre-positioning of equipment at the start of this period. Funding is contingent upon availability of appropriated funds.
Submission & Evaluation
Offerors must submit quotations electronically to luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil. Submissions must include a completed RFQ Fill-in Sheet (Rev 01) and a list of no more than three (3) past performance references from the past five years. All applicable current certifications must also be provided. Quotes must remain valid for at least 45 days. Evaluation will prioritize Price, followed by Past Performance. The government intends to award to the lowest-priced offeror receiving a "Substantial Performance Confidence Rating," but reserves the right to award to other than the lowest price. Offerors must be registered in SAM.gov.
Key Dates & Contacts
- Questions Due: February 16, 2026 (Passed)
- Quotations Due: March 02, 2026, at 2:00 PM EST
- 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)