J--ANNUAL CRANE INSPECTIONS
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 Interior, Bureau of Reclamation is soliciting quotes for Annual Crane Inspections and minor maintenance services for its Northern California Area Office. This requirement is a Total Small Business Set-Aside and seeks to award a Firm-Fixed Price Purchase Order. Quotes are due by February 27, 2026, at 10:00 AM PT.
Scope of Work
The contractor will perform annual third-party inspections of various cranes and hoisting equipment, including gantry cranes, bridge cranes, monorail hoists, and one mobile crane. This includes functional testing of all systems and minor maintenance as specified. The contractor must provide all necessary labor, tools, special tools, man lifts, safety equipment, and consumable materials. Inspections must adhere to US Department of Labor OSHA and applicable ANSI/ASME standards, specifically Publication No. 78, not CAL-OSHA. The scope clarifies that crane usage is for maintenance, not construction, and that the SMC Mobile Crane follows the same annual inspection requirements. The Government will provide a Plant Mechanic to support the third-party inspector.
Contract Details
- Type: Firm-Fixed Price Service Contract (Purchase Order)
- Period of Performance: May 1, 2026, through April 30, 2031 (one base year and four option years).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), Size Standard: $12.5 Million.
Submission & Evaluation
- RFQ Number: 140R2026Q0019
- Quote Due Date: Friday, February 27, 2026, by 10:00 AM PT.
- Submission Method: Email quotes to Sarah Anaya at sanaya@usbr.gov.
- Required Documents: Pages 4-6 (Business Information and Price Schedule) and Technical Experience (15 pages maximum).
- Evaluation Factors: Price, Past Performance, and Technical Experience. Award will be made to the responsible quoter whose quote is most advantageous to the Government.
- Site Visit: Wednesday, February 18, 2026, at 10:00 AM PDT. Vendors must register via email to Sarah Anaya.
- Questions Due: Friday, February 20, 2026, at 12:00 PM PDT.
Additional Notes
Offerors must be registered in SAM.gov. Preliminary inspection and deficiency reports are required on the same day or next day, with final reports and certificates within five days. A wage determination (No. 2015-5627, Revision No. 25) is provided for labor costs in Shasta County, CA. A spreadsheet with specific facility addresses and proposed inspection dates for 2026 is available. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).