NTC Crane Support 1ID 2ABCT

SOL #: W911RX-26-Q-A043Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT RILEY
FORT RILEY, KS, 66442-0248, United States

Place of Performance

Fort Riley, KS

NAICS

Construction (532412)

PSC

Lease Or Rental Of Equipment: Materials Handling Equipment (W039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 1, 2026
2
Submission Deadline
May 4, 2026, 8:00 PM

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 Army, W6QM MICC-FT Riley, is soliciting proposals for NTC Crane Support for the 1st Infantry Division's 2nd Armored Brigade Combat Team (2ABCT) at Fort Riley, Kansas. This Total Small Business Set-Aside opportunity requires a contractor to provide one crane with an operator and rigging crew to hoist M1A2 Abrams Tanks and other Non-Mission Capable (NMC) equipment from rail cars onto the ground. Offers are due by May 4, 2026, at 03:00 PM CT.

Scope of Work

The contractor shall provide a crane, operator, and rigging team capable of lifting an M1A2 Abrams Tank (73.59 tons) at a radius of up to 38 feet. This includes using appropriate rigging points, slings (10-15 feet per leg, 80-ton capacity), and spreader bars to prevent damage. The scope covers the loading of various NMC equipment, including M1A2 Abrams Tanks, M1120A2 Trucks, M1074A1 Material Handling Cranes, M88A2 Tracked Recovery Vehicles, and M2A3 Fighting Vehicles. Services encompass delivery, setup, operation, breakdown, and removal of the crane from Camp Funston Rail Yard, Fort Riley, KS. The contractor is responsible for all equipment, repairs, parts, labor (including overtime), permits, tolls, and per diem. All work must adhere to the Performance Work Statement (PWS), applicable regulations, and local policies, including Anti-Terrorism Level I Training and background checks for all personnel.

Contract & Timeline

  • Opportunity Type: Solicitation (Firm Fixed Price)
  • Product Service Code: W039 (Lease Or Rental Of Equipment: Materials Handling Equipment)
  • NAICS: 532412
  • Set-Aside: Total Small Business
  • Period of Performance: May 6, 2026, to May 13, 2026
  • Offer Due Date: May 4, 2026, 03:00 PM CT
  • Published Date: May 1, 2026

Evaluation & Submission

Award will be made to the responsible offeror whose firm-fixed-price (FFP) quote is determined fair and reasonable, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Technical evaluation will confirm that proposed services meet PWS requirements. Offerors must submit a FFP quote, including a total price and an itemized breakout of service components, electronically (PDF or Microsoft Excel/Word). Quotes must reference the solicitation number and include company name, address, DUNS/UEI, CAGE code, and point of contact. The Government intends to award without discussions, so initial offers should contain the best terms. Quotes must remain valid for a minimum of 30 calendar days.

Additional Notes

Offerors must be registered in the System for Award Management (SAM.gov). The U.S. Department of Labor Wage Determination (No. 2015-5337) for Pottawatomie and Riley counties, Kansas, applies, and bidders must account for specified minimum wage rates and fringe benefits in their proposals. Specific Fort Riley access and delivery information is provided within the solicitation.

People

Points of Contact

Christopher A. RichieSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 1, 2026
NTC Crane Support 1ID 2ABCT | GovScope