N0016426Q0084
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 Naval Surface Warfare Center (NSWC) Crane is soliciting proposals for a Hoist/Trolley system (PSC 3950, NAICS 333923) under a 100% Total Small Business Set-Aside. This requirement, identified as N00164-26-Q-0084, is being issued as a Combined Synopsis/Solicitation under FAR Part 13. Offers are due by March 12, 2026, at 4:00 PM Eastern Time.
Scope of Work
NSWC Crane requires the procurement of a Monorail Hoist and Trolley system. The contractor shall furnish all necessary labor, supplies, materials, tools, equipment, supervision, and transportation. The item must strictly adhere to the detailed "Salient Characteristics" provided in Attachment 01, and include DoD unique item identification as per DFARS 252.211-7003.
Key Requirements & Deliverables
The required system includes:
- Trolley: 1,000 lbs (1/2 Ton) capacity, Stainless Steel ID Tags, Solid Steel Wheels, Sealed Wheel Bearings, Drop Stops, Rubber Bumpers, Push/Pull movement, Flange Adjustment Range (3.33" - 7.00"), Tow Arm for Festooning, WF Beam type.
- Hoist: 1,000 lbs (1/2 Ton) capacity, 20 Ft. Lift, Chain type, Stainless Steel ID Tags, 16 Ft. Pendant Drop, 208/3/60 Power (Secondary 120V), 2 Speed (16/8 FPM), internal overload clutch, electric hoist brake, zinc plated load chain, and a radio remote controller with two handheld units.
- Electrical: NEMA 4 enclosures, specific fusing, and LED status lights.
- Documentation: OEM Load test certificate (125%), Certificate of Conformance, Operations and Maintenance Manuals, Hazardous Material Certificate, and various material certifications. Compliance with NAVCRANECENINST 11450.2A is mandatory.
Contract Details
- Type: Combined Synopsis/Solicitation (FAR Part 13)
- Pricing: Firm Fixed Price
- Set-Aside: 100% Total Small Business Set-Aside
- Delivery: 16 Weeks After Date of Award (ADC), FOB Destination. Partial and accelerated delivery are acceptable at no additional cost.
- Place of Performance/Inspection: NSWC CRANE, Crane, IN.
Submission & Evaluation
- Offer Due Date: March 12, 2026, 4:00 PM Eastern Time.
- Submission Method: Offers must be emailed to trista.m.ray.civ@us.navy.mil.
- Required Documents: A signed, dated, and fully completed SF-1449, with all pricing entered on each CLIN, and FAR 52.211-8 completed.
- Evaluation Criteria: Technical Approach, Delivery, and Price. Technical acceptability is a prerequisite for price evaluation.
- Eligibility: Contractors must be properly registered in the System for Award Management (SAM).
Important Notes
Vendors are responsible for monitoring SAM.gov for any amendments to this solicitation. For changes made after the closing date, only offerors who provide a quote will be notified and considered for future discussions or award.