Source Sought - 50 TON Lifting/Spreader Beam (BRAND NAME OR EQUAL) to Caldwell Model 20HS-50-25NS, Travis AFB, CA
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 Air Force, 60th Contracting Squadron at Travis Air Force Base, CA, is conducting a Sources Sought to identify potential sources for a 50-ton Lifting/Spreader Beam. This requirement is for a brand name or equal to the Caldwell Model 20HS-50-25NS, as detailed in the Statement of Work (SOW). This market research aims to determine the availability of businesses, including various small business categories, capable of providing this specialized equipment. Responses are due by April 6, 2026.
Scope of Work
The requirement is for one (1) 50 Ton X 25 FT Low Headroom Lifting Beam with a capacity of 100,000 LBS. The beam must be of heavy-duty "I" beam construction, built into parking stands, and include two bottom lifting shackles. It must meet ASME B30.20, BTH-1 Standards Design Category B, Service Class 2, and be compatible with a 50 TON crane. The estimated weight of the beam is 6450 LBS. This is a "BRAND NAME OR EQUAL" requirement, referencing the Caldwell Model 20HS-50-25NS. Delivery will be to 90 Ragsdale, Bldg 977, Travis AFB, CA 94534.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 333923 – Overhead Traveling Crane, Hoist and Monorail System Manufacturing
- PSC Code: 2020 Rigging and Rigging Gear
- Set-Aside: Market research to identify potential small business participation (including SDB, HUBZone, 8(a), SDVOSB, WOSB).
- Response Due: April 6, 2026, 1:00 PM Pacific Daylight Time
- Questions Due: April 2, 2026, 1:00 PM Pacific Daylight Time
- Published: March 27, 2026
Response Requirements
Interested vendors must submit the following via email to michael.goetz.7@us.af.mil and joseph.restua_perez@us.af.mil:
- Business name and address
- Company representative name and title
- Business size and type of small business (if applicable)
- CAGE Code
- SAM UEID
- Brief capabilities package demonstrating ability to perform the required services
- Proof of valid and current SAM registration.
Additional Notes
This notice is for informational purposes only and does not constitute a Request for Quote (RFQ) or a commitment to issue a future RFQ. The Air Force is not currently seeking proposals and will not accept unsolicited proposals. Costs incurred in responding are at the sole expense of the interested party. Information provided is subject to change and is not binding on the Government.