Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana

SOL #: W912HZ26Q4692Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2R2 USA ENGR R & D CTR
VICKSBURG, MS, 39180-6199, United States

Place of Performance

Place of performance not available

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Technical Representation Services: Special Industry Machinery (L036)

Set Aside

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

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Dec 16, 2025
3
Submission Deadline
Dec 17, 2025, 7:00 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.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.

The solicitation will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.

The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following:

Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana

Potential vendors may access the following attachments below:

Attachment 01 (Performance Work Statement)

Attachment 02 (Quote Submission Form)

Delivery will be FOB Destination to the following location:

Fort Polk Installation, Alligator Lake Staging (EFT)

541 North Fort Rd (State Range 469)

Leesville, LA 71446

The North American Industry Classification System Code for this procurement is 238990 (All Other Specialty Trade Contractors) with a small business size standard of $19,000,000.00 in average annual receipts. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

In accordance with the attached Performance Work Statement (Attachment 01), an award for this acquisition will be provided to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.

FAR 52.212-1 - INSTRUCTIONS TO OFFERORS

(a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Janalyn.H.Dement@usace.army.mil.

(b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.

(c) Submission of offers. Signed and dated offers are due 17 December 2025, not later than 1:00 PM CST and must be submitted via email to: Janalyn.H.Dement@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include:

(1) The solicitation number W912HZ26Q4692;  

(2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes providing the terms of any standard warranty and technical support. This may include product literature, or other documents, if necessary;

(3) Unit pricing and extended pricing for each item: State discount terms, if any;

(4) Cage code and/or UEI Number.

(d) Late submissions, modifications, revisions, and withdrawals of offers - (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2) Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers.

(e) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(f) Offers shall be made in accordance with the Performance Work Statement (PWS) document provided in the solicitation.

(g) Oral communications ARE NOT acceptable in response to this notice.

    

FAR 52.212-2 - Evaluation—Commercial Products and Commercial Services

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

1) Technical - Providing items that at least meet the minimum specifications as defined in Attachment 01

2) Price

The vendor must submit the following so the Government can evaluate the offeror's technical acceptability:

1) Sufficient information to determine that the quality of the items is in accordance with the Performance Work

Statement as defined in Attachment 01 (please list the make and model numbers of the items being quoted).

2) Must include a completed Quote Submission Form (Attachment 02).

The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.

(a) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

The following FAR clauses and provisions may apply to this acquisition:

52.203-3 Gratuities

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions   

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.204-26 Covered Telecommunications Equipment or Services—Representation

52.209-7 Information Regarding Responsibility Matters

52.212-3 Offerors Representations and Certifications- Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)

52.212-4 Contract Terms and Conditions – Commercial Items

52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)

52.246-2 - Inspection Of Supplies--Fixed Price

52.246-4, Inspection of Services-Fixed-Price

52.247-34 - F.O.B. Destination

52.252-2 Clauses Incorporated by Reference

Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.219-14 Limitations on Subcontracting

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-10 Waste Reduction Program (DEVIATION 2025-O0004)

52.226-7 Drug Free Workplace

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer – System for Award Management

52.233- 3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

The full text of these FAR clauses can be accessed electronically at website:

https://www.acquisition.gov/browse/index/far

The following DFARS Clauses and Provisions may be applicable to this acquisition:

252.203-7000 Requirement Relating to Compensation of Former DoD officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD officials

252.211-7003 Item Unique Identification and Valuation

252.204-7003 Control Of Government Personnel Work Product

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing Of Contract Modifications

The full text of these DFARS clauses can be accessed electronically at website:

https://www.acquisition.gov/dfars

People

Points of Contact

Janalyn DementPRIMARY
David AmmermannSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Dec 16, 2025
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Dec 15, 2025
Version 1
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View
Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana | GovScope