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 the 628th Contracting Squadron at Joint Base Charleston (JB CHS)/Naval Weapon Station, SC, is soliciting quotations for Land Mobile Crane and Operator Services for Fiscal Year 2026. This acquisition is a 100% Total Small Business Set-Aside with a NAICS code of 238990 and a size standard of $19M. The purpose is to provide a land mobile crane, operator, and rigger(s) to assist with off-loading vessel cargo. Responses are due by February 20, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide a land mobile crane with a 250-ton lifting capability, operator, and rigger(s) for off-loading vessel cargo at Alpha Wharf, Goose Creek, Naval Weapons Station. The crane must meet OSHA and ASME standards, including specific dimensions and lifting parameters. The contractor must deliver and pre-position the crane and equipment for a minimum of 14 calendar days upon 24-hour notification. Off-loading operations are expected to last 12 hours per event, also upon 24-hour notification. All necessary labor, supervision, materials, supplies, tools, and equipment must be furnished by the contractor. Contractor personnel will require background checks for base access.
Contract Details
This is a combined synopsis/solicitation (RFQ FA441826Q0020) prepared under FAR Subpart 12.6 and Part 13. A Firm-Fixed Priced Purchase Order is anticipated. The period of performance is 14 days upon Government notification to perform. An amendment has removed Attachment 03 (SF 1449 Provisions and Clauses), with a new Attachment 03 expected by February 18, 2026. The solicitation includes various FAR clauses, including 52.212-4 (Contract Terms and Conditions) and 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders). Funds are not presently available, and the Government's obligation is contingent upon fund availability.
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 with offered pricing, including per-hour pricing for operational hours exceeding standard hours.
- A list of no more than three (3) past performance references for similar work within the past five years.
- All applicable current certifications demonstrating compliance with PWS requirements.
- A completed copy of FAR 52.212-3, Offeror Representation and Certifications, or electronic annual representations at SAM.gov. Quotes must remain valid for at least 45 days. Questions are due by February 18, 2026.
Evaluation Factors
Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors. Evaluation factors, in order of importance, are:
- Price: Total price of CLINs will be evaluated. Unbalanced crew overtime prices may render an offer unacceptable.
- Past Performance: Evaluated for recency (within 3 years) and relevancy. Ratings include Substantial, Satisfactory, Neutral, Limited, or No Confidence. If the lowest-priced offer receives a Substantial Performance Confidence Rating, it will be considered the best value. Otherwise, evaluation continues with the next lowest-priced offeror. The Government reserves the right to award to other than the lowest-priced offeror and may award without interchanges.
Key Dates & Contacts
- Questions Due: February 18, 2026
- Responses 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)
All companies must be registered in SAM.gov to be considered for award. An Ombudsman is available for unresolved concerns after contacting the Contracting Officer.