Gantry Crane Repair
SOL #: FA910126QB029Special NoticeSole Source
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA9101 AEDC PKP PROCRMNT BR
ARNOLD AFB, TN, 37389-1332, United States
Place of Performance
Holloman Air Force Base, NM
NAICS
Overhead Traveling Crane (333923)
PSC
Winches, Hoists, Cranes, And Derricks (3950)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 1, 2026
2
Action Date
Apr 6, 2026, 7:00 PM
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 has issued a Notice of Intent to Sole Source for the repair of a Shuttlelift SL200 Gantry Crane (SN: 292 1202) at Holloman Air Force Base, NM. The Air Force Test Center (AFTC) intends to award a Firm-Fixed-Price purchase order to Marine Travelift Inc, the parent company of Shuttlelift, citing sole source justification under FAR 13.106-1(b)(1). Interested parties may submit capability statements by April 6, 2026.
Scope of Work
This requirement involves the comprehensive repair of the gantry crane:
- Base Requirement (CLIN 0001): Provide and install all repair parts as itemized in Appendix A, Part 1. This includes on-site technical service, removal of damaged components, installation of new parts, acceptance testing to certify full operational status and OEM standards, and provision of a signed certificate of completion/service report. All damaged and replaced components must be returned to the Government.
- Optional Parts (CLIN 0002-0004): Furnish and install parts listed in Appendix A, Part 2, if authorized by the Contracting Officer.
- Shipping and Handling (CLIN 0005): Covers freight costs for any exercised optional CLINs.
- All parts must be OEM-certified, and services must be performed by Shuttlelift-authorized technicians.
- All on-site work and crane certification must be completed no later than 6 weeks After Receipt of Order (ARO).
Contract Details
- Contract Type: Firm-Fixed Price (FFP) purchase order.
- Acquisition Authority: Sole source under FAR 13.106-1(b)(1).
- NAICS Code: 333923 (Small Business Size Standard: 1,250 Employees).
- Set-Aside: This is a sole source acquisition intended for a small business (Marine Travelift Inc). It is not a competitive set-aside.
Submission & Evaluation
- This is NOT a request for competitive proposals or quotes.
- Response Deadline: Interested parties may submit a capability statement, bid, proposal, or quotation by April 6, 2026, at 1300 MDT.
- Anticipated Award Date: April 10, 2026.
- Submission Method: All information must be submitted electronically to the Contracting Officer (Brett Moore) and Contract Specialist (Mikayla Roland).
- Evaluation: Market research indicates Shuttlelift is the only vendor capable of meeting the specifications. The Government reserves the right to determine not to compete this action based on responses received.
Contacts
- Contract Specialist: Mikayla Roland (mikayla.roland@us.af.mil)
- Contracting Officer: Brett Moore (brett.moore.6@us.af.mil)
People
Points of Contact
Mikayla RolandPRIMARY
Brett MooreSECONDARY
Files
Files
Versions
Version 1Viewing
Special Notice
Posted: Apr 1, 2026