Crane and Hoists Maintenance
ID: FA860124R0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for crane and hoist maintenance services at Wright-Patterson Air Force Base in Ohio. The procurement aims to ensure the continuous and safe operation of these systems through a comprehensive range of services, including preventive maintenance, routine and emergency repairs, and load testing, starting from November 1, 2024, with a contract duration of one year and potential extensions. This opportunity is particularly significant as it emphasizes operational efficiency and safety standards, with a total small business set-aside, encouraging participation from small businesses, especially those owned by women. Interested contractors must submit their proposals by 1:00 PM Eastern on August 27, 2024, and can direct inquiries to Alejandro Quiles at alejandro.quiles_sanchez.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for crane/hoist maintenance, inspection, and repair services at Wright-Patterson Air Force Base, Ohio, starting from July 14, 2024. The contractor is tasked with providing all necessary labor, tools, and transportation, ensuring compliance with relevant laws and standards. Key services include preventive maintenance, routine and emergency repairs, load testing, and providing detailed reports on inspections and repairs. Emphasis is placed on maintaining operational efficiency and safety, requiring immediate response to emergencies and written notifications for service calls. The contractor must also establish a Quality Control Program to track compliance and manage deficiencies while safeguarding government property. Substantial reporting and documentation, including inspection results and contractor manpower reporting, are mandatory. Specific guidelines regarding hazardous materials handling and employee qualifications are articulated. This document serves as an essential guideline for prospective contractors within the framework of federal RFPs and grants related to military installations.
    The government document outlines the evaluation factors for awarding contracts in response to a solicitation under federal regulations. It highlights the importance of Technical Capability and Price as key evaluation factors, both of which hold equal weight in determining an award. Proposals receive ratings of "Acceptable" or "Unacceptable," with any unacceptable rating disqualifying the proposal from consideration, regardless of price. The Technical Capability assessment includes specific subfactors, such as Quality Control Plans, Inspection Reports, Written Repair Estimates, and prior relevant experience, which must be detailed in submissions. Price evaluations focus on completeness, unbalanced pricing, fairness, and the Total Evaluated Price (TEP) calculation. The document also addresses the evaluation process, permitting the government to hold discussions with offerors to rectify deficiencies but emphasizing that once rated unacceptable, a proposal cannot advance. Ultimately, the government reserves the right to award a contract without discussions. Overall, this structured approach aims to ensure transparent and fair contract awards based on objective criteria in compliance with federal procurement regulations.
    This document serves as an addendum to a government solicitation, detailing specific instructions for offerors in response to a Request for Proposal (RFP) concerning Cranes and Hoists Maintenance and Repair. Key adjustments include the modification of terms from FAR 52.212-1, emphasizing that offers must be comprehensive yet concise, demonstrating a clear understanding of the government's requirements without unnecessary elaboration. The solicitation requires two volumes: a Technical Capability Proposal, limited to 50 pages, and a Price & Offer Documentation Volume, capped at 120 pages. The evaluation focuses on technical capability, quality control plans, inspection reports, repair estimates, and relevant prior experience. Offerors must also adhere to strict page formatting guidelines and submit a cover letter with essential business information. The document clarifies that funding is not yet available, and the government may cancel the solicitation if needed. Compliance with all requirements is critical for consideration of an award, underscoring the competitive and regulated nature of government contracting.
    The U.S. Department of Labor's Wage Determination No. 2015-4731 outlines wage standards under the Service Contract Act for contract workers in Greene, Miami, and Montgomery Counties, Ohio, effective in 2024. Contracts initiated or renewed after January 30, 2022, are subject to Executive Order 14026, requiring a minimum wage of $17.20 per hour. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, mandating a minimum wage of $12.90 per hour if not renewed. The document includes a comprehensive listing of occupations and corresponding wage rates, providing essential benefits, including health, welfare, vacation, and holiday allowances. Employees meeting minimum wage thresholds may qualify for additional benefits under the Executive Orders. The document also specifies procedures for classifying new job roles not listed in the wage determination, emphasizing compliance with federal regulations. The purpose of this wage determination is to ensure fair compensation and protect workers' rights in federally funded contracts, contributing to worker welfare and compliance across various state and local RFPs.
    The government document outlines questions and answers regarding the inspection and maintenance of cranes at Wright-Patterson Air Force Base (WPAFB). It emphasizes compliance with operational and safety standards, including the need for annual Non-Destructive Testing and five-year teardown requirements for specific hoist brands. Cranes not currently in service are still considered real property, indicating that they may require inspection in the future depending on mission changes. The document clarifies that WPAFB will provide escorts for crane inspections but will not supply lifts for contractors; prior coordination is necessary for building access. Load testing protocols are established, and contractors must adhere to specific guidelines without taking photographs of deficiencies. Overall, this document serves as an essential reference for contractors navigating the requirements and expectations for crane maintenance and inspection under federal RFPs.
    The document is a federal solicitation for the inspection, maintenance, and repair of cranes and hoists at Wright-Patterson Air Force Base (WPAFB). The primary objective is to ensure the continuous and safe operation of these systems from November 1, 2024, to October 31, 2025, with optional extensions available. The scope covers various services, such as routine and emergency service calls, weight testing for varying tonnages, and parts provision, specified in a detailed pricing schedule. The contractor must comply with numerous federal acquisition regulations and fulfill safety and operational standards. The document outlines solicitation details, including submission requirements, contractor responsibilities, and invoicing procedures through the Wide Area Workflow payment system. Furthermore, it indicates the potential for set-asides for small businesses, particularly those owned by women, thereby promoting inclusivity in federal contracting. This solicitation exemplifies the government's commitment to maintaining operational efficiency and safety in its facilities while adhering to regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Crane Rental for Hill AFB Utah
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide mobile crane rental services at Hill Air Force Base and the Utah Test and Training Range. The contract aims to support the Rocket Systems Launch Program by supplying cranes capable of lifting up to 172,000 pounds, along with certified operators and a comprehensive safety plan, to facilitate the handling of explosive rocket motors. This procurement is crucial for ensuring efficient logistics and safety in military operations, with a total estimated contract value of $40 million over a performance period from September 26, 2024, to September 25, 2029. Interested vendors, particularly those classified as small businesses, must submit their proposals, including a lift plan and pricing for the first order, by contacting Sheynah Clawson or Bryce Michelson before the close of business on September 17, 2024.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph in Texas. The project involves utilizing existing hoist railings in Hangar 4, which will be inspected and certified for safety prior to the installation. This procurement is critical for enhancing aviation infrastructure, facilitating maintenance and operational efficiency for aircraft-related activities. Interested small businesses must submit their quotations electronically by September 19, 2024, and can direct inquiries to Kailah Kraus or Ericka L. McGlone via their respective emails for further information.
    Vertical Transportation Equipment Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for vertical transportation equipment maintenance and repair services at Luke Air Force Base in Arizona. The contract, identified by requisition number FA488724R0018, requires the contractor to provide comprehensive management, labor, tools, and supplies to ensure the safe and efficient operation of elevators and escalators, adhering to relevant safety codes and standards. This full-service maintenance contract is crucial for maintaining operational readiness and safety at the base, with a performance period from October 1, 2024, to September 30, 2025, and options to extend through 2029. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by September 9, 2024, and direct all inquiries to the primary contacts, Sabastian Halstead and Jacqueline Aranda, via email.
    Preventive Maintenance And Repair for Cranes Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventive maintenance and repair services for crane systems at the U.S. Army Garrison Wiesbaden in Germany. The procurement involves a hybrid fixed-price and time-and-materials contract that includes a seven-month base period and two option years, with services encompassing maintenance, UVV inspections, and on-demand repairs for various cranes and mobile lifts. This contract is critical for ensuring the operational readiness and safety of lifting equipment essential for military operations. Interested vendors must submit their proposals by September 10, 2024, and are encouraged to contact Iordanis Organtzis at iordanis.organtzis.ln@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil for further information.
    Fuselage and Wings/Tails Trailer Painting Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Firm Fixed Price contract to provide painting services for fuselage and wings/tails trailer parts and assemblies for MQ9 trailer production at Wright-Patterson Air Force Base in Ohio. The contractor will be responsible for completing the painting within 15 business days of receiving the parts, adhering to strict military standards for quality and durability as outlined in the Performance Work Statement and accompanying specifications. This procurement is part of the Air Force's initiative to support small businesses, with a total small business set-aside, and proposals are due by 1:00 PM Eastern on September 11, 2024. Interested parties should direct their proposals to Christy Delk and Rebecca Rash via email, ensuring compliance with submission guidelines to avoid rejection.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    Elevator Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for elevator maintenance services at Barksdale Air Force Base in Louisiana. The contract, designated as a total small business set-aside, aims to ensure the safe and continuous operation of vertical transportation equipment, including elevators, escalators, and lifts, with a performance period from October 1, 2024, to September 30, 2025. This procurement emphasizes compliance with federal acquisition regulations and labor standards, with a total award amount of $22 million. Interested parties must submit their proposals electronically by 12:00 PM CST on September 11, 2024, and may contact Quaya Ervin at ruquayyah.ervin@us.af.mil for further information.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project entails a firm-fixed-price construction contract for the repair of AHUs 1, 2, 4, and 5, along with chillers at Building 10271, with an estimated contract duration of 549 calendar days from the date of award. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their bids electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil. The estimated construction cost ranges between $5,000,000 and $10,000,000, and the project is open for full competition with a 10% price evaluation for HUBZone bidders.
    Government-Owned Contractor Operated Storage Services at Wright Patterson AFB, OH
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for Government-Owned Contractor Operated Storage Services at Wright-Patterson Air Force Base (AFB) in Ohio, specifically under solicitation SPE603-24-R-0509. The procurement aims to secure comprehensive fuels management services, including aircraft refueling, operation and maintenance of bulk fuel facilities, inventory accountability, and environmental compliance, all in support of the Department of the Air Force's fuels management operations. This contract is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a performance period from January 1, 2025, to December 31, 2028, with options for extension until 2033. Interested contractors must submit their proposals by September 9, 2024, and can direct inquiries to primary contact Orin Smith at Orin.Smith@dla.mil or secondary contact Careka Squire at careka.squire@dla.mil.
    Joint Base Anacostia-Bolling Vehicle Barriers Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance of vehicle barriers at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure preventive maintenance, inspection, and minor repairs of the vehicle barrier systems, which are critical for maintaining security at military installations. This opportunity is a Total Small Business Set-Aside, with a contract duration starting from September 30, 2024, to September 29, 2025, and includes four optional extension years, potentially extending the contract to March 29, 2030. Interested parties must submit their proposals by September 13, 2024, and may contact James Carnes at james.carnes.2@us.af.mil or Pa'Shonna Rich at pashonna.rich@us.af.mil for further information.