30T Grove Crane Repair
ID: FA441725Q0238Type: Combined Synopsis/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- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of one RT530E-2 model Grove 30T crane (VIN 232826) under RFQ No. FA441725Q0238. The contractor will be responsible for providing all necessary management, tools, equipment, supplies, technical data, and labor to test, tear down, quote, and complete authorized repairs at their facility, which must be located within a 300-mile radius of Hurlburt Field, Florida. This procurement is crucial for maintaining operational readiness and safety standards, as the crane is essential for various military operations. Interested small businesses must submit their quotes by August 14, 2025, at 11:00 AM CDT, and are encouraged to attend a site visit on July 29, 2025, for further insights into the project requirements. For additional information, potential bidders can contact Douglas McGee at douglas.mcgee.1@us.af.mil or Tyler Peterson at tyler_john.peterson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses frequently asked questions regarding a 30T Crane Repair, likely an attachment to a government Request for Proposal (RFP) or a similar procurement document. Key issues covered include the extent of painting required for the boom (outer top portion and touch-ups), confirmation of leaking hoses (not cylinders), and clarification that brackets and the A2D boom do not need painting. The crane was last started in July 2025 but has not been properly operated for over three years. All holding valves need attention, and the "Thumper" is identified as the anti-two block system. Additionally, the tackle requires painting, but the auxiliary cable does not need replacement. This Q&A aims to provide clarity to potential bidders on the scope of work for the crane repair.
    The provided document is a parts list for a Grove RT530E2 crane, manufactured in 2011 with serial number 232826. This type of document is typically found within federal government RFPs, federal grants, or state and local RFPs for procurement, maintenance, or repair contracts. The list details various components required for the crane, including check valves, seal kits, solenoid kits, washers, sheave assemblies, extension and retract cables, and different sizes of hex nuts. The document specifies the position, quantity, part number, and description for each item. It serves as a comprehensive inventory for sourcing parts, facilitating accurate procurement, and ensuring the proper functioning and maintenance of the equipment, which is critical for government operations involving heavy machinery.
    The document outlines a parts list for the Grove RT530E2 model, manufactured in 2011, specifically detailing components and quantities required for maintenance or repair. It includes 15 items such as check valves, seal kits, extension cables, and various fittings, each paired with part numbers and specified quantities. This information is likely relevant for federal, state, or local procurement processes, especially if the parts are sought for government-owned equipment. The structure categorizes parts systematically by number, ensuring clear communication of necessary components for stakeholders involved. The document serves as a reference for procurement or grant applications aimed at securing funding for maintenance supplies related to governmental machinery. Overall, it provides essential specifications critical to effective management and operation within governmental frameworks.
    RFQ No. FA441725Q0238 is a Request for Quotation for the repair of one RT530E-2 model Grove 30T crane (VIN 232826). The solicitation is restricted to small businesses, and quotes are due by August 14, 2025, at 11:00 AM CDT. The work, to be performed at the contractor's facility within a 300-mile radius of Hurlburt Field, FL, includes testing, tear-down, quoting, and completing all necessary repairs in accordance with Grove specifications and OSHA regulations. Key requirements include active SAM registration, quoting based on the Statement of Work (SOW), and adherence to various FAR and DFARS clauses, notably those concerning electronic payment via Wide Area WorkFlow (WAWF) and restrictions on certain telecommunications equipment and substances. The solicitation emphasizes compliance with small business regulations and includes specific instructions for offeror representations and certifications, as well as details regarding an appointed ombudsman for conflict resolution.
    RFQ No. FA441725Q0238 is a Request for Quotation for the repair of one RT530E-2 model Grove 30T crane (VIN 232826). The solicitation is restricted to small businesses, with a NAICS code of 811310 ($12.5M size standard) and PSC J063. The contractor must provide all necessary management, tools, equipment, supplies, technical data, and labor for testing, tear-down, quoting (TD&Q), and completing authorized repairs at their facility, which must be within a 300-mile radius of Hurlburt Field, FL. All work must comply with Grove specifications and OSHA regulations. Quotes are due by August 8, 2025, 1:00 PM CST, and must be valid through September 30, 2025. Award will be based on the lowest price technically acceptable offer, with active SAM registration required. The document also details various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to electronic payment via Wide Area WorkFlow (WAWF), small business programs, and prohibitions on certain telecommunications equipment and ozone-depleting substances. An AFSOC Ombudsman is available for concerns.
    The document is a Request for Quotation (RFQ No. FA441725Q0238) from the U.S. Air Force, specifically the 1 SOCONS/PKA, addressing the repair of a 30-ton Grove crane. The RFQ seeks written quotes from small business contractors, specifying that all quotes must remain valid until September 30, 2025, with a submission deadline of August 8, 2025. Key details include the requirement for the contractor to provide management, tools, and labor to undertake repairs at their facility, which should be within a 300-mile radius of Hurlburt Field. The RFQ emphasizes compliance with the Statement of Work, OSHA regulations, and technical acceptability criteria for evaluation. It mandates active registration in the System for Award Management (SAM) at the time of submission and outlines stringent evaluation standards based on the lowest price technically acceptable. The document also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, reflecting extensive compliance requirements relating to representation, certification, and contractual obligations. This solicitation illustrates the federal government's structured approach to procuring specialized repair services while ensuring adherence to regulations and fostering small business engagement.
    This document outlines site visit instructions for FA441725Q0238, a solicitation for 30T Grove Crane Repair. The site visit is scheduled for Tuesday, July 29, 2025, at 9:30 AM CST, at 823RHS, with attendees required to first report to the contracting squadron at 350 Tully St, Hurlburt Field, FL 32544. To ensure base access, participants must email their full name, date of birth, and the last four digits of their Social Security Number to tyler_john.peterson@us.af.mil and douglas.mcgee.1@us.af.mil by 11:00 AM CST on Monday, July 28, 2025 (maximum two attendees per company). Attendees must obtain a visitor's access pass from the Hurlburt Field Visitor Control Center with a Real-ID compliant driver's license or equivalent ID before proceeding to the contracting squadron by 9:15 AM CST for departure to the site. All questions regarding the solicitation must be submitted in writing to the same email addresses by close of business on July 30, 2025, and will be posted on SAM.gov.
    The site visit for the FA441725Q0238 proposal concerning the Grove Crane Repair is scheduled for Tuesday, July 29, 2025, at 9:30 AM CST, beginning at the contracting squadron located at 350 Tully St, Hurlburt Field, FL. Attendees must provide personal information via email to specified Air Force contacts by 11:00 AM CST on July 28, 2025, to gain access to the base. A Real-ID driver’s license or equivalent ID is required to obtain a visitor’s pass at the Visitor Control Center. Participants should arrive early, as the group will depart for the site at 9:15 AM CST. All inquiries regarding this solicitation are to be submitted in writing to the given email addresses by the close of business on July 30, 2025. Responses will be posted on the SAM.gov website, and it is the contractors' responsibility to check for updates. This document outlines essential logistical details for vendors interested in participating in the procurement process for crane repair services, reflecting the structured approach often seen in federal RFPs. Compliance with access procedures and timely Q&A submissions are emphasized to facilitate smooth participation.
    This Statement of Work outlines the requirements for the repair of a 2011 Grove 30T Crane (VIN 232826). The contractor must provide all necessary management, tools, equipment, supplies, technical data, and labor at their facility, located within a 300-mile radius of Hurlburt Field. The 823rd RED HORSE Squadron will handle transportation. All repairs must adhere to Grove specifications and OSHA regulations, utilizing only OEM-approved parts and following manufacturer's technical specifications. Specific repairs include software updates, repainting the boom, addressing leaking outrigger cylinders and main drum, inspecting and resealing the swing gearbox, and repairing rusted sheaves/cables and a non-functional main hoist thumper. The contractor must perform an operator's check post-repair and provide documentation of all completed repairs and applicable warranties. The contractor is responsible for any damage to government property during the service.
    This Statement of Work outlines the requirements for the repair of a 2011 Grove 30T Crane (VIN 232826) for the 823rd RED HORSE Squadron. The contractor must provide all necessary resources to test, tear down, quote, and complete repairs at their facility, which must be within a 300-mile radius of Hurlburt Field. All work must comply with Grove specifications and OSHA regulations. Specific repairs include software updates, paint repair, addressing leaks in outrigger cylinders, main drum, and swing gear box, and repairing rusted sheaves, cables, main hoist thumper, and holding valves. Only OEM-approved parts are to be used, and an operator's check must be performed post-repair. Deliverables include documentation of repairs and warranties. The contractor is responsible for preventing damage to government property and will be liable for any repairs or replacements at no cost to the government.
    The document outlines a Statement of Work (SOW) for the repair of a 2011 Grove 30T crane, which includes management, tools, equipment, and labor needed to perform a comprehensive assessment and repair the crane to meet manufacturer specifications. The contractor must conduct software updates and fix various issues like leaks, rust, and non-functioning components, ensuring that only OEM parts are used. Repairs are to be completed at a facility within 300 miles of Hurlburt Field, with transportation provided by the 823d RED HORSE Squadron. Upon completion, the contractor must document all repairs and coordinate with the Squadron for inspection and pickup. The SOW also emphasizes the importance of maintaining physical security and preventing damage to government property, with the contractor responsible for any necessary repairs at their own cost. This document highlights the federal government's requirement for precise adherence to technical specifications and compliance with safety regulations in the context of equipment maintenance and repair contracts.
    This document, Wage Determination No. 2015-4531, Revision No. 31, effective July 8, 2025, outlines the minimum wage rates and benefits for service contract employees in Okaloosa County, Florida, under the Service Contract Act. It details two primary wage requirements based on contract award dates: $17.75 per hour for contracts entered into or renewed on or after January 30, 2022 (Executive Order 14026), and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022 (Executive Order 13658). These rates are subject to annual adjustments. The determination also specifies fringe benefits, including health and welfare ($5.55/hour or $5.09/hour with EO 13706), vacation (2-4 weeks based on service), and 11 paid holidays. It addresses special conditions like hazardous pay differentials (4% or 8%), uniform allowances, and the conformance process for unlisted job classifications.
    The document is a Wage Determination set forth by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates for various occupations in Okaloosa County, Florida. It includes updated rates effective from July 2025, advising that contracts established after January 30, 2022, require a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum wage of $13.30 unless otherwise stated. Each listed occupation, such as administrative, automotive, and healthcare roles, has corresponding hourly wage rates and may include additional benefits, such as health and welfare stipends, paid sick leave, and vacation time. The document emphasizes compliance with Executive Orders regarding wage rates and outlines specific responsibilities for contractors regarding employee classifications not listed. Extra compensation considerations for hazardous duties, uniform allowances, and vacation time provisions are also mentioned. This Wage Determination is crucial for government contracting, ensuring fair compensation for service workers while also guiding contractors on fulfilling legal requirements regarding employee pay and benefits.
    Lifecycle
    Title
    Type
    30T Grove Crane Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DDAG Crane Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) Distribution is seeking qualified small businesses to provide preventative and corrective maintenance, as well as crane rental support, for a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is critical for maintaining operational efficiency and safety standards for the crane, which is essential for material handling operations. Interested parties must submit their quotes by December 22, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Gantry Crane
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    ACV-R Crane Integration
    Buyer not available
    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.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation FA813226Q0007. The requirements specify a forklift capable of lifting at least 1,000 lbs to a height of 21-22 feet, with a maximum width of 54 inches and operational features including 40-inch forks, an amber strobe light, and passive fall protection. This equipment is crucial for efficient warehouse operations, and the contract is set aside exclusively for small businesses under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST, and must remain valid for 90 days; interested parties should contact Margaret King at margaret.king.1@us.af.mil or 405-736-2456 for further details.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    Harrington Crane & Hoist w/ Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide and install Harrington 3-ton Air Hoists with Motorized Air Trolleys at the Marine Corps Logistics Base in Albany, Georgia. The procurement requires vendors to deliver all necessary labor, tools, materials, and equipment for the installation, ensuring compliance with industry standards and safety regulations, including OSHA and NEC guidelines. This equipment is critical for operational efficiency within the Marine Depot Maintenance Command, and a site visit is mandatory for vendors prior to submission of quotes. Interested parties must submit their quotes via email to Jamie Fernandez by the specified deadline, ensuring they include all required documentation and comply with the outlined provisions.
    HOISTING UNIT,AIRCR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    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.