Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
ID: W91ZLK-25-R-A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)

Set Aside

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

    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. The contract, which is a Total Small Business Set-Aside, encompasses scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a performance period consisting of one base year and three optional years. This procurement is critical for ensuring the operational readiness and safety of heavy equipment used in military and commercial test operations. 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.

    Point(s) of Contact
    Ike Wright
    Name: Secondary POC: Christine Orr
    Secondary Email Address: Christine.n.orr.civ@army.mil
    ike.a.wright2.civ@army.mil
    Files
    Title
    Posted
    The document is a detailed inventory of various cranes and crane-related equipment, designated by administrative numbers, material descriptions, equipment categories, serial numbers, and storage locations. It includes a range of equipment types, such as crane trucks, mounted cranes, and wheel-mounted cranes, categorized primarily for federal or state government procurement processes. Each entry is labeled with the specific characteristics of the equipment, indicating whether they fall under federal grants or local/state RFPs. This inventory serves as a logistical resource, providing vital information pertinent to the management and allocation of equipment in governmental projects. It underscores the need for accurate tracking and documentation within governmental operations relating to construction and maintenance projects, ensuring compliance with federal guidelines and facilitating efficient resource management.
    The document is a combined synopsis/solicitation for a maintenance and repairs contract for the Army Test Center (ATC) Mobile Crane Fleet. It indicates a Total Small Business Set-Aside under NAICS Code 811310 and outlines a Firm-Fixed-Price contract with one base year and three option years. The contractor is expected to perform scheduled maintenance, unscheduled repairs, parts replacement, and other necessary services for cranes at Aberdeen Test Center and nearby locations. Proposals must be submitted in two volumes: a technical proposal detailing the contractor's understanding, capabilities, and past performance and a price proposal with detailed pricing using the specified schedule. The contract will be awarded based on the lowest priced technically acceptable offer. Submission deadlines are established, and inquiries can only be submitted via email. The document emphasizes the requirement for compliance with all specified standards and outlines the evaluation process for proposals. It illustrates the government's process for procuring necessary services while advocating for small business involvement in federal contracts.
    The Performance-Based Work Statement (PWS) outlines a non-personal services contract for mobile crane fleet maintenance and repairs at the Aberdeen Test Center (ATC) in Maryland. It includes scheduled preventive maintenance, unscheduled repairs, inspections, and hazardous waste disposal, primarily supporting military and commercial test operations. The contract has a base year of performance with three optional extension years. Key personnel, including an Engineering Team, Program Manager, and certified crane mechanics, will manage operations, and detailed safety protocols must be followed due to the presence of hazardous materials. The contractor must maintain a project management and quality control program to ensure effective service delivery. Additionally, they are tasked with meeting strict environmental compliance, managing hazardous waste, and adhering to a defined work schedule that includes alternative operating hours. The contractor will provide services outlined in the density list, ensuring all activities comply with federal, state, and local regulations. The document specifies deliverables, operational scopes, and expectations for documentation and reporting adherence, reinforcing the government's focus on accountability and maintenance efficiency in military applications.
    The Performance-Based Work Statement (PWS) outlines a contract for mobile crane fleet maintenance and repairs for the Aberdeen Test Center (ATC). The scope includes scheduled preventive maintenance, unscheduled repairs, inspections, and parts replacement for heavy equipment at multiple ATC locations in Maryland. The contract spans one base year with three optional years, requiring the contractor to develop phase-in and phase-out plans to ensure continuity and compliance with operational requirements. The contractor must maintain adequate staffing, including an engineering team and certified crane mechanics with specific expertise. The contractor is responsible for adhering to safety and environmental regulations, including hazardous material handling, and must operate within specified hours while also being prepared for emergencies and unexpected equipment failures. Quality control measures and performance assessments are mandated to ensure service delivery meets government standards. The contractor must manage resources efficiently and report regularly to government officials, including providing maintenance logs and status updates. The PWS emphasizes non-personal services, requiring contractor personnel to operate independently, while still complying with federal regulations. Overall, the document outlines rigorous standards and operational requirements for effective maintenance of ATC's heavy equipment fleet.
    The document outlines the requirements for past performance information (PPI) that must be submitted by offerors as part of their proposals for government contracts. It specifies that offerors need to provide details about at least two contracts completed within the last two years that are comparable in nature to the current solicitation. Required information includes project titles, descriptions, contract numbers, performance periods, and the roles of the offeror (either prime or subcontractor). The offerors are also expected to include client contact information and narratives detailing the relevance of previous contracts to the new proposal, success metrics, and challenges faced during the execution of those contracts, including any corrective actions taken. The emphasis on past performance directly relates to the government’s need to assess the capability of contractors to deliver similar services in future projects, thereby ensuring quality and reliability in contract fulfillment. This structured approach facilitates a comprehensive evaluation of an offeror's experience and reliability, crucial for selecting appropriate contractors in federal, state, and local initiatives.
    The document outlines a Request for Proposal (RFP) for maintenance and repair services for a mobile crane fleet, detailing the required tasks, pricing structures, and reimbursement protocols. Contractors are expected to provide scheduled on-site maintenance, specialized off-site maintenance, routine inspections, and unscheduled repairs. The pricing details include labor categories, estimated hours, rates, and overall totals for different job categories across multiple option years. Key elements include reimbursement for productive maintenance costs, along with the procurement of necessary parts and materials, excluding certain contractor-furnished items. The scope of repair services encompasses scheduled maintenance, unscheduled repairs, and modifications to ensure functionality. Additionally, repair parts and services must comply with established performance standards, including inspections and quality assurances. There is a specific emphasis on the management of hazardous materials in vehicle maintenance. The document indicates the necessity of transparency regarding pricing assumptions and methodologies for contractors in their proposals. Overall, it aims to ensure that maintenance services for the mobile crane fleet are effectively managed and financially accounted for, aligning with federal and local procurement standards.
    The document outlines various clauses incorporated by reference for government contracts, specifically detailing requirements and provisions applicable to contractors working with the Department of Defense (DoD). Prominent clauses address topics such as the role of the Contracting Officer's Representative, compensation regulations for former DoD officials, whistleblower rights, anti-terrorism training, and safeguarding defense information. It further includes stipulations on contractor property management, electronic payment processes through the Wide Area Workflow, and limitations on government obligations. Additionally, there are provisions targeting the prohibition of certain business operations, particularly concerning the Maduro regime and sensitive telecommunications involving Iran. The document emphasizes essential contractor services during crises and outlines procedures for necessary certifications and representations related to small businesses, disadvantaged entities, and environmental regulations. This comprehensive set of clauses underlines the government's commitment to ensuring accountability, compliance with federal regulations, and the safeguarding of defense-related information while engaging with contractors, ultimately streamlining processes in federal RFPs and grants.
    The government document outlines a series of clauses and provisions related to federal contracts, focusing on compliance, responsibilities, and requirements for contractors, particularly those engaging with the Department of Defense (DoD). Key topics include procedures for submitting payment requests via the Wide Area Workflow (WAWF), regulations guiding essential contractor services during crises, and various representations and certifications required for contract awards. Clauses regarding government obligations, anti-terrorism measures, and prohibitions on certain telecommunications involve detailed compliance criteria. The document emphasizes the importance of maintaining government standards for safety, property management, and equitable adjustments during contract execution. Definitions of critical contractor responsibilities and the need for clear communication regarding funding and operational continuity are also highlighted. With a total of 39 pages, the document serves as a fundamental reference for contractors working on DoD projects, ensuring adherence to legal and regulatory frameworks while fostering transparency and accountability in government contracting processes.
    The document is a Q&A related to Solicitation ID W91ZLK-25-R-A001, indicating that it is a follow-on contract for specific services currently performed by an incumbent. The previous contract number is W91ZLK-22-P-0031. Offerors must provide test weights up to 500,000 lbs for testing requirements. FAR clause 52.219-14, which limits subcontracting, applies, though it was initially omitted from the solicitation but will be included in the final contract. Subcontractors must comply with certain DFARS regulations and this contract does not involve any covered defense information, leading to the removal of specific clauses. Small businesses seeking to bid must not have substantial ties to large businesses and must meet SBA size standards for the specified NAICS code (811310). This document emphasizes compliance, eligibility, and the specific conditions tied to bidding for government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    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.
    IFB 33-5048 DLA DS Meade One Time Sale Usable Crane
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of a usable truck-mounted crane located at Aberdeen Proving Ground, Maryland. Interested bidders must submit sealed bids using Standard Form 114 (SF114), with a minimum bid of $100 per unit, by the closing date of January 12, 2026, at 1:00 p.m. EST. This sale is significant as it involves surplus government property, and the selected bidder will be responsible for the removal of the crane within 90 calendar days, adhering to all applicable federal, state, and local regulations. For further inquiries, bidders can contact Jared Plott at Jared.Plott@dla.mil or Jenifer Sestina at jenifer.sestina@dla.mil.
    ACV-R Crane Integration
    Dept Of Defense
    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.
    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.
    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.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    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.
    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.
    Gantry Crane
    Dept Of Defense
    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.