Jib Crane and Lift - Fergus Falls, MN
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, has issued a Combined Synopsis/Solicitation for the supply and installation of a Jib Crane and Vehicle Lift at the Mavis Maintenance Building in Fergus Falls Wetland Management District, MN. This is a Total Small Business Set-Aside for a Firm Fixed-Price Construction Purchase Order. The project has a 90-day period of performance after Notice to Proceed. Quotes are due May 13, 2026, at 1300 CT.
Scope of Work
This requirement involves the procurement and installation of specific equipment:
- Gorbel Free Standing Jib Crane (FS300-20-W21): 3-ton capacity, 14 FT height under boom, 18 FT span, including a 3-ton manual chain hoist and trolley. Installation must utilize existing foundations.
- Rotary SM18 4-post Vehicle Lift: 18,000 lbs capacity, to be installed on existing foundations, including rolling jacks and an oil drain pan.
- Electrical Power: Provision of overhead code-compliant electrical power from panel M to the vehicle lift. All new work must be coordinated with the existing building. Deliverables include notes, drawings, documents, training for FWS staff, operation and maintenance manuals, and manufacturer/contractor warranties. Submittals are required prior to order placement.
Contract Details
- Contract Type: Firm Fixed-Price Construction Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220, with a Small Business Size Standard of $45.0M.
- Period of Performance: 90 calendar days from the contract award date/Notice to Proceed.
- Bonds: Performance and Payment Bonds are required.
- Applicable Regulations: Includes the Buy American Act (FAR 52.225-9) and prohibitions related to the Federal Acquisition Supply Chain Security Act (FAR 52.204-30).
- Wage Determination: Prevailing wage rates for Otter Tail County, MN (GDN MN20260082) apply.
Submission & Evaluation
- Quotes Due: May 13, 2026, at 1300 CT.
- Submission Method: Electronically via email to Contracting Officer Elvia Arellano at elvia_arellano@ios.doi.gov.
- Required Documents: Completed SF 1442 (Blocks 14-20C), signed amendments, pricing using Attachment 4 (Quote Schedule), and Representations and Certifications (or SAM.gov confirmation).
- Evaluation Factors: Best value to the Government, considering Past Performance and Price. Past performance requires three similar project examples from the last five years. Details are in Sections L & M.
Key Dates & Actions
- Site Visit: April 29, 2026, at 1300 CT. RSVP required via email to Elvia Arellano at least 48 hours prior.
- Questions Due: May 1, 2026, at 1300 CT. Submit in writing to Elvia Arellano. Questions and answers will be posted as an amendment.
Additional Notes
A Brand Name Justification indicates the specific equipment (Gorbel Jib Crane and Rotary SM18 lift) is required due to existing structural foundations, which would incur significant costs to modify for alternative brands. Despite this, the opportunity is competed as a 100% Small Business Set-aside.