Crane Inspection and Repairs (Service)
ID: FA461325Q1021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide crane inspection and repair services for three National Crane 1400H booms at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all management, tools, supplies, equipment, and labor necessary to perform inspections and maintenance in accordance with federal regulations and Air Force Technical Orders, ensuring operational readiness and compliance with safety standards. This procurement is critical for maintaining the functionality and safety of equipment used in various military operations. Interested vendors must submit their quotes by May 23, 2025, and are required to be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential offerors can contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for crane boom inspection and maintenance services at F.E. Warren Air Force Base, Wyoming. The contractor is tasked with providing all necessary tools, equipment, and labor to inspect and maintain National Crane 1400H booms every five years or after 3,000 operational hours, as mandated by ASME B30.5. Key activities include disassembly, detailed inspections, replacing worn components—such as cables and pads—reassembly, and testing for operational readiness. The contractor must operate within a 115-mile radius from the base and comply with various regulatory guidelines, including quality and security requirements. Performance thresholds are specified, ensuring zero discrepancies in task execution. Additionally, strict security protocols are established for contractor personnel, including background checks and safeguarding sensitive information. The work is to be conducted during specific operational hours, and the contract holds the contractor responsible for any damage incurred during operations. This PWS emphasizes the importance of safety, compliance, and quality control in fulfilling military maintenance needs.
    The Performance Work Statement (PWS) outlines the requirements for crane boom inspection and maintenance services at F.E. Warren Air Force Base, Wyoming. The contractor must provide all necessary management, tools, and labor for servicing three National Crane 1400C booms in accordance with federal regulations and applicable Air Force Technical Orders. The inspections are mandated every five years or 3,000 hours, necessitating thorough disassembly and evaluation of components such as cables and hydraulic cylinders. Key services include disassembly, component inspection, cable replacement, and operational testing. The contractor will be evaluated on their performance via strict quality control measures, including zero discrepancies in work completed. Security protocols are emphasized, with contractors required to manage personnel access and adhere to operational security guidelines to protect sensitive information. Work is to be performed at the contractor’s site, located within a 115-mile radius of the base, during normal operating hours. The document establishes clear performance thresholds that must be met and details protocols for damage repair and compliance with regulatory standards, reflecting a commitment to safety and operational readiness within the Air Force framework.
    The file outlines the Wage Determination under the Service Contract Act (SCA) established by the U.S. Department of Labor, detailing wage rates and conditions for federal contracts in Wyoming, particularly Laramie County. Contracts effective on or after January 30, 2022, are subject to Executive Order 14026, mandating a minimum wage of at least $17.75 per hour for covered workers in 2025, whereas contracts awarded between January 1, 2015, and January 29, 2022, follow Executive Order 13658, requiring a minimum wage of $13.30 per hour if not renewed post-2022. The document provides a comprehensive list of various occupations along with corresponding wage rates, including fringe benefits, highlighting health and welfare components, vacation, and holiday entitlements mandated for contractors under the SCA. Additionally, it references compliance mechanisms concerning worker rights, including paid sick leave, and establishes protocols for classifying unlisted occupations. This wage determination aims to ensure fair compensation for workers performing services on federal contracts, aligning with broader labor regulations and protections, underscoring the government's commitment to safeguarding worker rights while facilitating contract compliance across federal, state, and local levels.
    The document outlines the Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) incorporated by reference for a contract (FA461325A1021) related to government procurement. It specifies payment instructions via the Wide Area WorkFlow (WAWF) system, including definitions, requirements for electronic submissions, and unique item identification protocols for items delivered under the contract. Key clauses address issues such as payment methods, environmental compliance, contractor responsibilities, and prohibitions on specific software and telecommunications services. The document emphasizes compliance with various regulatory frameworks and details financial transaction processes, ensuring contractors are aware of their obligations as well as the government's guidelines for purchasing practices. This structured approach facilitates uniformity and transparency in government contracting, reinforcing the importance of compliance and accountability in federal and state procurement processes.
    The document outlines the role and procedures related to the appointment of an ombudsman for acquisitions under the Air Force Global Strike Command (AFGSC). The ombudsman is designated to address and facilitate the resolution of concerns raised by offerors and potential offerors, while maintaining confidentiality about the sources of these concerns. Importantly, this role does not interfere with the authority of the contracting officer or the decision-making processes associated with proposal evaluations and contract disputes. Before approaching the ombudsman, interested parties must first attempt to resolve their concerns with the contracting officer. The document provides contact details for both the AFGSC-level ombudsman and the overarching Air Force ombudsman. It is clarified that the ombudsman has no decision-making authority and should not be contacted for basic inquiries relating to solicitations or technical requirements, which should be directed to the contracting officer instead. This structure aims to create a clear pathway for resolution without disrupting formal procurement timelines and processes.
    The Mission-Essential Contractor Services Plan articulates the strategy for continuing Crane Inspection and Repair Services at F. E. Warren AFB during crises, as mandated by federal regulations. The contractor, identified in the document, must ensure continuity of operations through a structured response to emergencies, including staffing provisions and supply logistics for disruptions lasting up to 30 days. Key components include strategies for maintaining service during extended challenges, preparedness training for personnel, and an alert process for mobilizing essential staff. Additionally, a Quality Control Plan will govern service delivery during crisis times. The document emphasizes that services will be billed at contractually established prices, with provisions for eventual cessation of operations as directed by the Contracting Officer. The overall aim is to ensure operational resilience in critical service areas, supporting the mission of the 90th Logistics Readiness Squadron.
    The document is a Contractor Response Form related to a Sources Sought/Request for Information (RFI) issued under Notice Number FA461325Q1021, concerning Crane Inspection and Repairs. It serves as a pre-solicitation tool to gather information from potential contractors interested in providing the specified services. Key components include a request for the company’s registered name, Cage Number, Unique Entity ID, and socioeconomic status classifications, such as small business or veteran-owned. The form also inquires whether the company derived at least 80% of its annual gross revenues from federal contracts in the previous fiscal year, with a minimum threshold of $25 million, to determine compliance with specific federal regulations. This information aids the government in identifying capable vendors and ensures adherence to regulatory criteria, thereby supporting informed decision-making in the procurement process.
    The document outlines a request for Crane Inspection and Repair Services, detailing pricing information for specific crane lots identified by unique codes. Each line item includes a quantity of one and a placeholder for price and total, indicating that costs have yet to be finalized or could be subject to change. The structured format suggests that this document is part of a larger procurement process, likely related to a federal or state bidding for services required to maintain operational safety and compliance within governmental operations. As such, the request highlights the need for qualified service providers to submit competitive bids for the inspection and repair work of cranes, which play a crucial role in various government projects. The absence of specific pricing may indicate that the solicitation is in its early stages, awaiting further details from interested contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    Notice Type: Synopsis of Contract Action –REPAIR OF F-22 RAPTOR OVERHEAD CRANE MECHANISM
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Test Center, intends to issue a sole source contract for the repair of the F-22 Raptor overhead crane mechanism, with East/West Industries, Inc. identified as the only responsible source for the required parts. The procurement aims to secure specific crane repair parts necessary for maintaining the operational capabilities of the overhead crane system at Edwards Air Force Base in California. This contract is critical for ensuring the safety and functionality of the crane, which is integral to the maintenance and operation of the F-22 Raptor aircraft. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, while all inquiries should be directed to Ms. Paola D. Diaz or Ms. Jenna A. Jacobson via email, as no telephone responses will be accepted. The period of performance is expected to be 180 days from the contract award date, which is yet to be determined.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    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.
    Repair/Replace Overhead Cranes on Fort Drum
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors for the rental of a 120-ton crane with an operator at Range 16, Fort Polk, Louisiana. The procurement requires the contractor to provide a certified operator, rigging equipment, and the crane itself for five non-continuous days between January 12, 2026, and February 14, 2026, to facilitate the movement of a 37,000 lbs structure during testing operations. This service is critical for ensuring the safe and efficient execution of engineering tasks at the site, adhering to government safety regulations and operational requirements. Interested vendors must submit their quotes by December 17, 2025, at 1:00 PM CST, and can direct inquiries to Janalyn Dement at Janalyn.H.Dement@usace.army.mil.
    Amendment1-Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska, under a total small business set-aside contract. The procurement involves a non-personal service contract for Material Handling Equipment (MHE) services, including the provision of licensed operators and riggers for scheduled and unscheduled crane operations, primarily for loading and unloading equipment at the railhead. This service is critical for supporting military operations and ensuring compliance with safety and regulatory standards. Interested contractors should note that the contract covers specific service dates in early 2026, and they can reach out to SSG Eric Kim or MAJ Molly Libowski via email for further inquiries regarding the solicitation.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of 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 for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.