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 Department of the Air Force, is seeking qualified contractors to provide mobile crane rental services for Hill Air Force Base and the Utah Test and Training Range in support of rocket motor operations. The contract requires vendors to supply mobile cranes on request, adhering to specific load handling requirements and safety regulations as outlined in the Statement of Work (SOW). This procurement is critical for facilitating the movement of rocket motors and ensuring compliance with military operational standards. Interested parties must submit their proposals, including a lift plan and pricing details, by the close of business on September 17, 2024. For further inquiries, contact Sheynah Clawson at sheynah.clawson@us.af.mil or Bryce Michelson at bryce.michelson@us.af.mil.
    Cranes Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting maintenance and repair services for cranes at the Fresno Air National Guard Base in California. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to perform the services as outlined in the Performance Work Statement, which includes specific tasks related to servicing cranes across three buildings. This procurement is critical for maintaining operational readiness at the military facility, and the contract is expected to be awarded based on the best value to the government, with a completion timeline from September 30, 2024, to November 28, 2024. Interested vendors must submit their quotations electronically by September 20, 2024, and can contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or (559) 454-5129 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 involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. 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 proposals 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.
    Elevator Preventative Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Elevator Preventative Maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect the Vertical Transportation Equipment (VTE) at Scott Inn, ensuring continuous and safe operation. This contract is crucial for maintaining the functionality and safety of elevator systems, which are vital for daily operations at the facility. Interested small businesses must submit their quotations by September 17, 2024, and can direct inquiries to Contract Specialist Tymera Washington at tymera.washington@us.af.mil or by phone at 618-256-4475.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    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.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    HOIST FIXTURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a hoist fixture. This opportunity involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various defense operations and maintenance activities. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements outlined in the solicitation, including adherence to military specifications and packaging standards. Interested parties can reach out to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The U.S. Air Force seeks proposals for the overhaul and repair of dynamic components vital to the operation of TH-1H helicopters, ensuring the fleet's availability for pilot training and mission readiness. This extended solicitation, now due on September 26, 2024, emphasizes OEM-certified services for critical parts and adherence to strict quality and delivery standards. A range of associated files details the requirements for this project, focusing on efficient procurement and delivery processes, stringent standards for parts and packaging, and comprehensive maintenance and support services. The Air Force requires comprehensive solutions for several key projects, including cybersecurity enhancements, large-scale language model development, data storage improvements, drone-based surveillance systems, disaster response enhancements, smart city infrastructure development, and digital transformation consulting. These projects aim to upgrade the government's capabilities across various domains, leveraging technology and innovation. Contractors interested in bidding for these opportunities should review the detailed files accompanying this solicitation, which outline specific requirements, delivery schedules, and evaluation criteria.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.