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 at the Northern California Area Office (NCAO) in Shasta Lake, CA. This requirement is a 100% Total Small Business Set-Aside and will result in a Firm-Fixed Price Purchase Order. Quotes are due by February 27, 2026, at 10:00 AM PT.
Scope of Work
This opportunity requires annual inspections, functional testing, and minor maintenance of various cranes and hoisting equipment, including gantry, bridge, monorail hoists, and one mobile crane. Services must adhere to US Department of Labor OSHA and applicable ANSI/ASME standards, specifically excluding CAL-OSHA, and follow the latest edition of Publication No. 78 or an equivalent standard. Key deliverables include providing preliminary inspection and deficiency reports on the same or next day, and submitting a final report and crane inspection certificate within five days of work completion for each crane.
Contract Details
- RFQ Number: 140R2026Q0019
- Contract Type: Firm-Fixed Price Service Contract
- Period of Performance: May 1, 2026, through April 30, 2031 (one base year and four option years)
- Place of Performance: Northern California Area Office (NCAO), Shasta Lake, CA 96019
Set-Aside & Eligibility
- This is a 100% Total Small Business Set-Aside.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12.5 Million
- Offerors must be registered in the System for Award Management (SAM.gov).
Submission & Evaluation
- 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 (maximum 15 pages)
- 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
A U.S. Department of Labor Wage Determination (No. 2015-5627, Revision No. 25) is applicable, outlining prevailing wage rates and fringe benefits for Shasta County, CA, which is crucial for proposal pricing and compliance. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). Primary contact for information is Sarah Anaya (sanaya@usbr.gov, 916-978-5140), with John Dotter (jdotter@usbr.gov, 530-247-8604) also listed.