FY 26 Mobile Crane & Operator Services
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, specifically Joint Base Charleston – Air Base (AB) / Naval Weapons Station (NWS), is conducting a Sources Sought for Mobile Crane & Operator Services. This is for market research to identify qualified contractors capable of providing a land mobile crane, operator, and rigger(s) to assist with off-loading vessel cargo at Joint Base Charleston – Naval Weapon Station, Goose Creek, SC. Responses are due by Wednesday, February 11, 2026, at 5:00 PM Eastern Standard Time.
Scope of Work
The contractor shall provide all labor, equipment, transportation, management, and supervision for the mobile crane services. Key requirements include:
- Crane Specifications: A land mobile crane with a 250-ton lifting capability, capable of lifting vessel cargo to a minimum clearance height of 5 feet above the vessel. It must accommodate a maximum diagonal lifting lug measurement of 10.70 meters (35’2”).
- Compliance: Crane must adhere to OSHA 1926 subpart CC, OSHA 1926.1412(f), and ASME B30.5. Slings and lifting devices must adhere to ASME B30.9 and/or ASME B30.20.
- Personnel: The crane operator must be National Commission for the Certification of Crane Operators (NCCCO) certified or equivalent. The contractor provides the operator and rigger(s) for crane setup only.
- Logistics: Upon 24-hour notification, the crane and equipment must be delivered and pre-positioned for a minimum of 7 calendar days. Off-loading operations are expected to be 12 hours in duration.
- Government Provided: The government will furnish additional rigger(s), spotters, and a 20’ Tandemloc Autoloc Spreader.
- Access: Contractor personnel require background checks for installation access.
Contract & Timeline
- Type: Sources Sought (Market Research Only)
- Set-Aside: None specified (for market research purposes)
- NAICS: 238990 – All Other Specialty Trade Contractors (Size Standard: $19M). Feedback is requested on this NAICS code.
- PSC: 2230 – Right Of Way Construction And Maintenance Equipment, Railroad. Feedback is requested on this PSC.
- Published Date: February 8, 2026
- Response Due: February 11, 2026, 5:00 PM EST
- Place of Performance: Joint Base Charleston – Naval Weapon Station, Goose Creek, SC.
Response Requirements
Interested parties should email responses to luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil with the following:
- Company Name, Address, Point of Contact, Phone, Email, DUNS, and CAGE Code.
- Capability Statement.
- Three past performance references (contract number and POC).
- Small business size representation for NAICS 238990 (e.g., VOSB, SDVOSB, WOSB, HUBZone, 8(a)).
- Feedback on the assigned NAICS code (238990).
- Feedback on the assigned PSC (2230).
Additional Notes
This is not a solicitation and does not guarantee a future announcement. Responses will be used for acquisition decisions and will not be considered adequate responses to any future solicitation.