Mat Loading Unit (MLU) Field Crane Sources Sought
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. Army Corps of Engineers (USACE), Memphis District, is conducting market research to identify qualified vendors capable of providing a new Mat Loading Unit (MLU) Field Crane. This Sources Sought notice will help determine the acquisition strategy, including whether the procurement will be set aside for small businesses. Responses are due February 18, 2026.
Scope of Work
The contractor will provide one (1) new, continuous duty cycle crawler crane to replace an existing unit used for loading articulated concrete mat (ACM). Key technical requirements include:
- Crane Type: Track-type crawler crane with a hydraulically controlled lattice boom, purpose-built for continuous duty cycle service.
- Operations: Designed for clamshell, dragline, and lift operations.
- Specifications: Approximately 204,470 lbs operating weight, minimum 600 HP diesel engine (EPA compliant), and a 120-foot boom.
- Capacity: Must handle specific loads, such as 40,000 lbs in clamshell mode at a 50-foot radius.
- Support: Includes training for USACE personnel and comprehensive maintenance/operator manuals.
Contract & Timeline
- Type: Anticipated Firm-Fixed-Price (FFP)
- Delivery: Within 180 days after contract award
- Location: Ensley Engineer Yard, Memphis, TN
- Set-Aside: None specified (market research stage)
- Response Due: February 18, 2026, 10:00 PM CST
Evaluation
Interested parties must submit a capabilities statement (maximum 5 pages) addressing:
- Company Profile: UEI number, business size, and socioeconomic status.
- Relevant Experience: Past projects of a similar nature.
- Performance Capability: For small businesses, an explanation of the ability to perform at least 50% of the work cost.
Additional Notes
Vendors must be registered in SAM.gov. This is not a solicitation for quotes; no contract will be awarded directly from this notice. All inquiries must be submitted in writing via email.