1ABCT Heavy Crane Lease
ID: W911RX25QA044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease and operation of a heavy crane to support military operations at Fort Riley, Kansas, from May 7 to May 10, 2025. The contractor will be responsible for providing a crane capable of lifting an M1A2 tank (weighing 73.59 tons) and other military equipment, along with operators and a rigging team, ensuring compliance with safety protocols and operational standards. This procurement is critical for military logistics, addressing the government's need for specialized equipment to facilitate the lifting and transportation of heavy military vehicles. Interested small businesses must submit their proposals in accordance with the solicitation guidelines, with a total contract value capped at $40 million. For further inquiries, potential bidders can contact Joni N. Wardosky at joni.n.wardosky.civ@army.mil or Christopher Richie at christopher.a.richie.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation issued by the federal government, specifically detailing the conditions and procedures for acknowledging this amendment. It states whether the original deadline for submitting offers is extended and mandates acknowledgment receipt by various methods, emphasizing the importance of timely receipt to avoid rejection of offers. It also touches on the modification of existing contracts, clarifying the nature of changes being made and any required approvals or administrative adjustments. The main purpose of the amendment is to attach an additional document labeled "Exhibit A: Questions and Answers," which addresses inquiries from industry participants. The amendment also updates the list of contract documents, highlighting the addition of this Exhibit A, in conjunction with existing performance work statements and wage determinations. Overall, the document reinforces compliance requirements and facilitates transparent communication between the contracting authority and vendors, as well as supports ongoing acquisition processes aligned with federal regulations.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract involving the leasing of a heavy crane, scheduled for use from May 7 to May 10, 2025, at Camp Funston Rail Yard, Fort Riley, KS. The contractor is responsible for providing a crane capable of hoisting an M1A2 tank (73.59 tons) off rail cars and onto the ground, along with operators and a rigging team. Key tasks include mobilization, setup, operation, and demobilization of the crane. The contractor must adhere to safety protocols, provide necessary equipment and support services, and ensure timely repairs within specific time frames. Performance metrics focus on compliance rates related to service delivery, operational hours, and equipment maintenance. The overarching goal of the PWS is to ensure the successful execution of the crane operations in support of military logistics, underscoring the government’s lack of suitable equipment for the task.
    The document outlines the requirements for a project involving the lifting and transportation of various military vehicles at Camp Funston Rail Yard, Fort Riley. It specifies that there is no mandated minimum crew size as long as the team maintains safe and efficient operations following OSHA guidelines. The contractor must provide a crane capable of lifting an M1A2 tank (weighing 73.59 tons) and other Non-Mission Capable (NMC) equipment. Critical specifications include ensuring the crane’s boom can safely rotate the load within a radius of 36-38 feet, the use of sling sets with a minimum weight capacity of 80 tons, and the necessity of spreader bars to protect the tank from damage during lifting. The document emphasizes the importance of proper rigging and control measures, including taglines for maneuvering the tanks. It serves as guidance for vendors submitting proposals to meet the operational requirements and safety standards for the military's lifting and transportation tasks. Overall, the document addresses essential safety, equipment specifications, and operational protocols within the context of government contracting for defense-related logistics.
    The document outlines a solicitation for the lease and operation of a crane for the 1ABCT to support military operations at Fort Riley, Kansas. The total contract value is capped at $40 million, with a performance timeline set from May 7 to May 10, 2025. It specifies that the crane must be capable of lifting heavy military equipment, including an M1A2 tank. Key logistical details include requirements for commercial vehicle access to Fort Riley, security checks for drivers, and the need for valid documentation, such as delivery invoices and contracts. The solicitation references relevant Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses that govern contract terms, conditions, and compliance mandates. Emphasis is placed on ensuring the offeror is compliant with various regulatory standards, particularly those associated with small and women-owned businesses, indicating a commitment to inclusivity in contracting processes. Overall, this solicitation demonstrates the government’s aim to acquire essential services while adhering to regulatory standards and fostering participation from diverse business entities.
    Lifecycle
    Title
    Type
    1ABCT Heavy Crane Lease
    Currently viewing
    Solicitation
    Similar Opportunities
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, through the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking vendors to provide a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific physical and performance specifications, including steel frames, precise height and width dimensions, and a powered hoist, with direct delivery to Misawa Air Base within 45 days after receipt of order. This equipment is crucial for operational support at the airbase, and the contract will be awarded based on best value, considering technical capability, price, and past performance. Interested parties must submit their quotes by December 17, 2025, at 10:00 AM EST, and can contact Katie Kershaw or Kade Forrester for further information.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Mobile Lifts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of wireless mobile column lifts to be utilized at Fort Leonard Wood, MO. The required lifts must have a lifting capacity of at least 18,000 lbs, a rise height of no less than 70 inches, and a base width of at least 45 inches, along with features such as a 110v onboard charger and linkable controls. These mobile lifts are critical for vehicle maintenance and repair operations, ensuring efficient handling of heavy vehicles. Interested small businesses should reach out to Chris Bryson at chris.n.bryson.civ@army.mil or call 573-596-4219 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    TRUCK FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a truck forklift with a minimum lift capacity of 6,000 lbs and a diesel engine, as outlined in the Combined Synopsis/Solicitation notice. This equipment is essential for material handling operations at Fort Benning, Georgia, and will include a forklift truck attachment with a side shifter. Interested small businesses are encouraged to participate in this total small business set-aside opportunity, with inquiries directed to Jonathan Daniels at JONATHAN.H.DANIELS4.CIV@ARMY.MIL or by phone at 706-545-1191.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    IFB 33-5048 DLA DS Meade One Time Sale Usable Crane
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of a usable truck-mounted crane located at Aberdeen Proving Ground, Maryland. Interested bidders must submit sealed bids using Standard Form 114 (SF114), with a minimum bid of $100 per unit, by the closing date of January 12, 2026, at 1:00 p.m. EST. This sale is significant as it involves surplus government property, and the selected bidder will be responsible for the removal of the crane within 90 calendar days, adhering to all applicable federal, state, and local regulations. For further inquiries, bidders can contact Jared Plott at Jared.Plott@dla.mil or Jenifer Sestina at jenifer.sestina@dla.mil.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Crane and Rigging
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for crane and rigging services for the USS Preble (DDG-88) at the Naval Ship Repair Facility. The procurement requires the contractor to provide a 70-ton crane capable of lifting up to 3,000 lbs across a 120 ft distance and reaching a height of 154 ft, along with a minimum crew of one crane operator, one rigger in charge, and two riggers. This contract is crucial for the safe and efficient handling of materials between the ship and pier, as well as within the ship itself, and includes a base period from January to May 2026, with three optional one-month extensions. Interested parties, particularly Women-Owned Small Businesses, should contact Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or call 0468167446 for further details and to ensure compliance with Japanese industrial safety laws and other requirements.
    DDAG Crane Maintenance
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide preventative and corrective maintenance, as well as crane rental support services for a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. This procurement is a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order, with an estimated performance period from March 1, 2026, to February 28, 2031, including a base year and four option years. The opportunity is a 100% Small Business Set-Aside, with a Product Service Code (PSC) of J039 and a NAICS code of 811310, emphasizing the importance of maintaining operational efficiency for critical material handling equipment. Interested parties must submit their quotes by December 22, 2025, and can direct inquiries to Ms. Morgan Costanzo at morgan.costanzo@dla.mil or by phone at 717-770-8868.