Grove Crane Repair
ID: FA441725Q0118Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to perform repair services on a 2009 Grove 50T crane at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, and labor to conduct comprehensive repairs, including mechanical maintenance and software updates, in compliance with Grove specifications and OSHA regulations. This procurement is part of an initiative to engage small businesses, particularly those owned by women, and emphasizes the importance of maintaining operational integrity and safety in government operations. Interested parties must submit their proposals by April 16, 2025, and are encouraged to contact Tyler Peterson at tyler_john.peterson@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 4:10 PM UTC
The document is a detailed inventory list of parts and components for the Grove model TMSOOF, primarily outlining quantities and part numbers. It includes a variety of items such as washers, screws, filters, bearings, and sealing components, with specific quantities stated for each part. The comprehensive list suggests that these parts are essential for maintenance or repair activities related to the equipment, likely within a government or public sector context. The presence of components like hydraulic fluid filters and oil filters indicates that the equipment supports operations requiring precise functionality and reliability. This inventory serves as a basis for procurement efforts under government contracts, ensuring all necessary parts are available for work on this model. The structured format of the document facilitates easy reference and ordering, critical for timely maintenance and operational efficiency. Overall, it signifies logistical planning essential for the sustained functioning of equipment used in various public service capacities.
Apr 10, 2025, 7:05 PM UTC
This document details a comprehensive parts list for the Grove TMS700E crane, specifically a 2009 model with a serial number provided. The list includes various components essential for the crane's operation and maintenance, ranging from hydraulic seals and hoses to safety decals and pressure switches. Key items include cylinder seal kits, compressor assemblies, expansion valves, and an assortment of O-rings. The presence of multiple decals indicates a focus on safety measures, warning operators of potential hazards associated with the crane's use. This document likely serves as part of a request for proposals (RFP) or a grant application for the procurement of essential maintenance parts for government-operated machinery, ensuring compliance with safety and operational standards. The structured list highlights the necessary components in a clear and organized manner, emphasizing the importance of maintaining operational integrity and safety in governmental operations.
The document outlines the site visit instructions for the solicitation FA441725Q0011 related to crane repair at Hurlburt Field, FL. Scheduled for April 3, 2025, at 1:00 PM CST, participants must register their attendance by April 2, 2025, via email to Tyler Peterson. Each interested party is allowed two representatives and must secure a visitor pass at the Visitor Control Center upon arrival. All attendees are responsible for their own transportation, as no bus service will be provided. The visit will conclude at the Red Horse compound, where the crane is located. Questions about the solicitation must be submitted in writing by April 4, 2025, and will be addressed on the SAM.gov website, making it crucial for contractors to monitor for updates. Contact information for Tyler Peterson and Lauren Hook is provided for any inquiries. This document serves to facilitate contractor engagement by detailing visit logistics and guidelines for question submissions in the context of federal procurement processes.
Apr 10, 2025, 7:05 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically for commercial products and services related to crane repair. The requisition number FA441725Q0118 specifies a firm fixed price and indicates a request for items that includes parts and labor needed for the repair. This is part of a U.S. Air Force initiative to engage small businesses, particularly those owned by women. Key details include a due date for offers, delivery specifications, and contract administration data involving the inspection and acceptance of the work performed. The document also cites various federal regulations and clauses pertaining to contracting procedures, payment processing via the Wide Area Workflow (WAWF), and requirements for maintaining small business certifications. Overall, it promotes participation from economically disadvantaged groups, ensuring compliance with government standards, and establishes guidelines for the fulfillment of the contract. This solicitation highlights the government’s commitment to supporting small and diverse businesses in its procurement processes.
Apr 10, 2025, 7:05 PM UTC
This document is an amendment to a solicitation, extending the response due date for offers and providing updates regarding contract modifications. Key changes include replacing a part/equipment list and revising language in the Statement of Work (SOW) to specify "parts that meet OEM (Original Equipment Manufacturer) standards" instead of "OEM approved parts." The new response due date is set for April 16, 2025, while Attachment updates include a suggested parts list and an updated SOW. Acknowledgment of the amendment is required from contractors to ensure their proposals are considered valid. Overall, this amendment ensures compliance with technical specifications and maintains the integrity of the solicitation process, reflecting the government's ongoing commitment to secure quality parts and services through appropriate vendor engagements.
Apr 10, 2025, 7:05 PM UTC
This document details the amendment of a solicitation primarily for government contracting purposes, specifically for the modification of an existing contract/order. The amendment extends the time for receiving offers, outlines the acknowledgment process for the amendment, and specifies requirements for modifying an already submitted offer. It emphasizes the necessity of acknowledgment of the amendment by various methods to avoid rejection of offers. The document also provides updates regarding attachments, including Site Visit Instructions and a Statement of Work related to a Grove Crane, alongside modifications relevant to solicitation details. Additionally, it outlines submission guidelines for offers, including necessary documentation, submission format, and the impact of late submissions, along with conditions for withdrawing offers prior to the deadline. The overall purpose is to ensure clarity, compliance, and the continued administration of the solicitation process, keeping all other terms unchanged. This structured approach is typical for federal requests for proposals (RFPs) and grants, ensuring transparent communication with potential contractors and adherence to strict procurement protocols. The content reflects the intricacies of federal contracting procedures, aimed at guiding contractors through the solicitation process effectively.
Apr 10, 2025, 7:05 PM UTC
The Statement of Work outlines the requirements for the repair of a 2009 Grove 50T crane (VIN 476S700E59S229552) by a contractor, who must provide management, tools, equipment, and labor at their facility within a 300-mile radius of Hurlburt Field. The contractor is tasked with performing technical repairs that include software updates, addressing various hydraulic leaks, changing fluids, and inspecting the boom, while ensuring compliance with manufacturer specifications and OSHA regulations. The contractor must use OEM-approved parts and conduct a post-repair operator’s check. Deliverables include detailed documentation of repairs and any warranties, with coordination for inspections afterwards. The contractor is also responsible for maintaining the physical security of government property and repairing any damage incurred during the project at no cost to the government. This document serves as a clear outline for government procurement, ensuring that federal and local standards are maintained in service contracts.
Apr 10, 2025, 7:05 PM UTC
The document outlines the Statement of Work for the repair of a 2009 Grove 50T crane, specifically the TMS700E model, by a contractor. The contractor must provide all necessary management, tools, labor, and equipment to perform various mechanical repairs and maintenance, including software updates, leaks, and parts replacement. All repairs must comply with Grove specifications and OSHA regulations, ensuring the use of OEM parts. Deliverables include comprehensive repair documentation and coordination for the inspection and pick-up of the crane by the 823d RED HORSE Squadron. The contractor is responsible for any damage to government property during repairs. This RFP emphasizes the government's need for adherence to quality standards and accountability in managing government assets.
Lifecycle
Title
Type
Grove Crane Repair
Currently viewing
Solicitation
Similar Opportunities
Boom Lift
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 60-foot articulated boom lift, essential for maintenance operations around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The required equipment must meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This procurement is part of ongoing modernization efforts to enhance military logistics and operational readiness. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and can contact Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further inquiries.
Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
Buyer not available
The Department of Defense is soliciting proposals for maintenance and repairs of the Mobile Crane Fleet at the Army Test Center (ATC) located in Aberdeen Proving Ground, Maryland. This procurement involves a Total Small Business Set-Aside under NAICS Code 811310, requiring contractors to provide scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a contract structure of one base year and three optional years. The services are critical for ensuring operational efficiency and safety in military and commercial test operations, emphasizing compliance with federal, state, and local regulations. Interested contractors must submit their proposals by April 28, 2025, and direct any inquiries to the Contract Specialist, Ike Wright, at ike.a.wright2.civ@army.mil.
210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
Buyer not available
The Department of Defense, specifically the New Mexico Air National Guard's 210th Red Horse Squadron, is seeking qualified contractors for the diagnostics, repair, and maintenance of six Genie Boom Lifts at Kirtland Air Force Base, New Mexico. The contract will encompass a base year plus four option years, requiring the contractor to perform routine maintenance, diagnose and repair issues, and ensure compliance with military regulations and safety protocols. This service is critical for maintaining operational readiness and functionality of equipment used in military operations. Interested parties must submit their quotations by April 30, 2025, and are encouraged to attend a site visit on April 11, 2025, with pre-registration required. For further inquiries, contact Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil.
Sole Source - Boom Crane Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide boom crane inspection and maintenance services for an Altec Model AC28-95B at Malmstrom Air Force Base in Montana. This procurement is a sole source award to MGX Equipment Services, LLC, necessitating specialized knowledge for a one-time service that includes detailed inspections, maintenance, and repairs to ensure the crane's operational efficiency and safety. The contract will be awarded based on a comparative analysis of price, compliance with specifications, and performance timelines, with proposals due by April 22, 2025, and inquiries accepted until April 16, 2025. Interested parties should submit their quotes via email to the designated contacts, Rachel Wright and Melissa Huston, and include their Company CAGE Code or Unique Entity Identifier (UEI).
High Reach Bucket Truck Lease
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to lease a 6x6 100-foot High Reach Bucket Truck for use at Holloman Air Force Base in New Mexico. The lease will cover a base period of 12 months, with the option to extend for four additional 12-month periods, and the vehicle must meet specific operational and safety requirements, including a maximum working height of 104.8 feet and a platform capacity of at least 350 lbs. This procurement is critical for ensuring the Air Force has access to reliable aerial platform vehicles for maintenance and operational tasks, emphasizing safety and compliance with federal regulations. Interested offerors must submit their quotes by April 28, 2025, and are encouraged to direct any inquiries to Cassandra Bengfort at cassandra.bengfort@us.af.mil or Kelly Scott at kelly.scott.8@us.af.mil.
Crane Hoist and Conductor Bar Upgrade
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a crane hoist and conductor bar upgrade for an existing bridge crane located in Lakehurst, New Jersey. The procurement involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with modern equipment that meets the latest Navy Crane Centers standards, including the installation of a Variable Frequency Drive (VFD) controlled hoist and a new bridge control panel. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring that the equipment remains effective for future tenants. Interested parties must attend a mandatory site visit on April 10, 2025, and submit their quotes by 11:00 AM EDT on April 21, 2025, to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.
Crash Recovery Crane BPA
Buyer not available
The Department of Defense, specifically the 162d Wing of the Arizona Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for Crash Recovery Crane Services under solicitation number W50S6S25Q0011. The procurement is exclusively set aside for small businesses within the NAICS code 238990, requiring vendors to provide a completed Price List, a capabilities statement, and essential company information to demonstrate their technical capability and compliance with federal regulations. These crane services are critical for the recovery of disabled aircraft, necessitating a crane with a lifting capacity of at least 40,000 pounds and a one-hour mobilization response time within 30 miles of Tucson International Airport. Interested vendors must submit their quotes by the specified deadline and direct inquiries to the primary contact at 162MSC.162MSC.Contracting@us.af.mil, with the solicitation closing on April 18, 2025.
US Air Force Research Laboratory Vehicular Mainten
Buyer not available
The Department of the Interior, through the Interior Business Center, is soliciting proposals for Mobile Mechanic Services to maintain and repair low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1 to November 30, 2025, with the option for four additional one-year extensions, and is valued at approximately $12.5 million. These services are crucial for ensuring the operational readiness of essential vehicles such as mowers and forklifts, which play a vital role in base maintenance and operations. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to contact Lydia Schickler at lydiaschickler@ibc.doi.gov or 703-964-4872 for further information.
Hangar Door Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement includes comprehensive maintenance, emergency service calls, and supply provisions over a five-year period, with a total estimated contract value of approximately $12.5 million. This opportunity is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting small enterprises while ensuring compliance with federal regulations and safety standards. Interested parties should contact 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or Ryan Ryea at ryan.rhea.2@us.af.mil for further details, noting that the solicitation is posted without funding and the performance period will commence upon funding availability.
Explosion Proof Human Lifts
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide explosion-proof human lifts, including modified Skyjack scissor lifts and JLG boom lifts, for use at various Air Logistics Centers, including Oklahoma City, Ogden, and Warner Robins. The procurement aims to establish a requirements contract for these specialized lifts, which must meet stringent OSHA safety specifications for hazardous environments, ensuring operational safety and compliance in areas where flammable gases may be present. Interested contractors are encouraged to submit documentation detailing their capabilities and experience by April 14, 2025, with no guarantee of future contracts or funding, and should direct inquiries to Lesley Sparks at lesley.sparks@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil.