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 proposals for Land Mobile Crane and Operator Services at Joint Base Charleston (JB CHS)/Naval Weapon Station, SC. This 100% Small Business Set-Aside opportunity (RFQ FA441826Q0020) requires a 250-ton crane, operator, and rigger(s) to assist with off-loading vessel cargo. Quotes are due by February 20, 2026, at 12:00 P.M. EST.
Scope of Work
The contractor shall provide a land mobile crane, operator, and rigger(s) for vessel cargo off-loading at Alpha Wharf, Goose Creek, Naval Weapons Station. The crane must have a 250-ton lifting capability, adhere to OSHA and ASME standards, and be capable of lifting cargo to a minimum clearance height of 5 feet above the vessel. The contractor must deliver and pre-position the crane and equipment for a minimum of 14 calendar days upon 24-hour notification, with off-loading operations expected to last 12 hours. All necessary labor, supervision, materials, supplies, tools, and equipment must be furnished by the contractor. Personnel requiring base access will undergo background checks.
Contract & Timeline
- Contract Type: Firm-Fixed Priced Purchase Order (anticipated)
- Period of Performance: 14 days upon Government notification to perform (specific dates to be determined after award).
- Set-Aside: 100% Small Business Set-Aside (NAICS 238990, Size Standard $19M)
- Questions Due: February 18, 2026
- Quotes Due: February 20, 2026, 12:00 P.M. EST
- Published Date: February 19, 2026 (latest amendment)
Submission Requirements
Offerors must utilize Attachment 1: RFQ Fill-in Sheet to submit pricing, including rates for operational hours exceeding standard. A list of no more than three (3) past performance references for similar work within the past five years is required. Offerors must also submit all applicable current certifications demonstrating compliance with PWS requirements. All companies must be registered in SAM.gov. Quotes must remain valid for at least 45 days. Submissions should be emailed to luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering Price and Past Performance. Price will be evaluated by total CLINs, with potential rejection for significantly unbalanced crew overtime prices. Past performance will be evaluated for recency (within 3 years) and relevancy, starting with the lowest-priced offeror. A "Substantial Confidence" rating for the lowest price may lead to immediate award. The Government reserves the right to award to other than the lowest-priced offeror if it offers better value.
Additional Notes
This solicitation incorporates FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5. Funds are not presently available, and the Government's obligation is contingent upon fund availability. An Ombudsman is available for concerns not resolved by the contracting officer. Wage Determination 2015-4427 is applicable for labor costs. Clarifications from the Q&A (Attachment 5) confirm the 14-day POP, a maximum cargo weight of 52,000 lbs (26 tons), and the need to quote for potential overtime and weekend work.