Overhead Monorail Crane System
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 Army, through the W7N8 USPFO ACTIVITY WIANG 128 office, is seeking quotes for an Overhead Monorail Crane System for the Non-Destructive Inspection (NDI) laboratory in Milwaukee, WI. This Total Small Business Set-Aside opportunity is a combined synopsis/solicitation for the procurement, installation, and training for a turnkey system designed to eliminate ergonomic hazards. Funds are anticipated for Fiscal Year 2026. Quotes are due by Wednesday, June 17, 2026, at 3:00 PM CST.
Scope of Work
The requirement is for a turnkey monorail hoist system, including design, fabrication, delivery, installation, cleanup, testing, and training. The system must:
- Eliminate manual handling of aircraft wheels during chemical dipping processes.
- Sequentially move components through five primary stations (Penetrant, Rinse, Emulsifier, Final Rinse, Developer Tanks).
- Have a minimum rated capacity of 500 lbs WLL, complying with DAFMAN 91-203 and ASME B30 standards.
- Accommodate wheels up to 24 inches in diameter and 10 inches in width, with an adaptable, corrosion-resistant end-effector.
- Fit within the NDI lab's physical constraints, including a maximum height of 12 feet and a three-foot clearance for electrical boxes.
- Be fully operator-controlled via an intuitive system (e.g., pendant, remote).
- Contractors must conduct an on-site measurement and verification before fabrication.
Deliverables & Acceptance
Key deliverables include a fully operational system, post-installation inspection and load testing (100-125% of rated load), comprehensive operator training, and system documentation (Operator's Manual, Maintenance Instructions, LOTO procedures, safety analysis per MIL-STD-882E). Final acceptance is contingent upon successful completion and government verification of all requirements.
Contract Details
- Type: Request for Quotation (RFQ) / Combined Synopsis/Solicitation
- Set-Aside: Total Small Business (NAICS 333923, Size Standard 1250 Employees)
- Award Basis: "All or None, Technically Acceptable item, to the Government."
- Delivery: FOB Destination 30 days after contract delivery to 1919 E Grange Avenue, Milwaukee, WI 53207.
- Evaluation: Based on Technical and Price factors.
- Quotes Validity: Through September 30, 2026.
Key Dates & Actions
- Site Visit: Wednesday, May 27, 2026, at 11:00 AM CST (Building 500, Room 13, 1919 E Grange Avenue, Milwaukee WI 53207). Form 10 (Base Access Request) must be submitted one week prior.
- Questions Due: Monday, June 8, 2026, at 5:00 PM CST. Email questions to mark.tonkinson.2@us.af.mil.
- Quotes Due: Wednesday, June 17, 2026, at 3:00 PM CST. Submit via email.
- Contact: Mark Tonkinson, mark.tonkinson.2@us.af.mil, 414-944-8517.
- Eligibility: Offerors must have active SAM registration at the time of award and comply with base access requirements (Antiterrorism Level I, OPSEC training).