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 is soliciting quotations for Land Mobile Crane and Operator Services at Joint Base Charleston (JB CHS)/Naval Weapon Station, SC. This is a 100% Small Business Set-Aside opportunity under RFQ number FA441826Q0020. The services are required for vessel cargo off-loading. Quotes are due by February 20, 2026, at 12:00 PM EST.
Scope of Work
The 628th Logistics Readiness Squadron (LRS) requires a land mobile crane, operator, and rigger(s) to assist with off-loading vessel cargo at Alpha Wharf, Goose Creek, Naval Weapons Station. The contractor must furnish all necessary labor, supervision, materials, supplies, tools, and equipment. The crane must have a lifting capability of 250 tons and adhere to OSHA 1926 subpart CC, OSHA 1926.1412(f), and ASME B30.5 standards. Slings and lifting devices must adhere to ASME B30.9 and/or ASME B30.20. The contractor is required to deliver and pre-position the crane and equipment for a minimum of 14 calendar days upon 24-hour government notification. Off-loading operations are expected to last approximately 12 hours per event, with personnel provided upon separate 24-hour notice. Crane operators must be NCCCO certified or equivalent. Contractor personnel requiring base access must submit to background checks.
Contract Details
This acquisition anticipates a Firm-Fixed Priced Purchase Order. The associated NAICS code is 238990 with a size standard of $19 million. The period of performance involves the crane remaining on-site for a minimum of 14 calendar days after initial positioning, with specific off-loading operations lasting about 12 hours. An initial anticipated performance window for operations is March 23-30, 2026. Funding for this contract is contingent upon the availability of appropriated funds.
Submission Requirements
Offerors must submit responses electronically to luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil. Submissions must include:
- Completed Attachment 1: RFQ Fill-in Sheet, providing pricing for standard and per-hour charges for operational hours exceeding standard.
- A list of no more than three (3) past performance references for similar work within the past five (5) years.
- All applicable current certifications demonstrating compliance with PWS requirements.
- Registration in the System for Award Management (SAM.gov) is mandatory. Questions regarding this acquisition must be submitted by February 18, 2026. Quotes must remain valid for at least 45 days.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the government, considering Price and Past Performance in that order of importance.
- Price: Total price of CLINs will be evaluated. Unbalanced crew overtime prices may deem an offer unacceptable.
- Past Performance: Evaluated for recency (within 3 years) and relevancy. The government will start with the lowest-priced offeror. If the lowest-priced offeror receives a "Substantial Confidence" rating, award may be made without further evaluation. Otherwise, evaluation continues to the next lowest-priced offeror. The government reserves the right to award to other than the lowest-priced offeror.
Key Dates & Contacts
- Questions Due: February 18, 2026
- Quotes Due: February 20, 2026, 12:00 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)