Crash Recovery Crane BPA
ID: W50S6S25Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MV USPFO ACTIVITY AZANG 162TUCSON, AZ, 85706-6060, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

SALVAGE- AIRCRAFT (P200)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 26, 2025, 12:00 AM UTC
Description

The Department of Defense, specifically the 162d Wing of the Arizona Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for Crash Recovery Crane Services under solicitation number W50S6S25Q0011. The procurement aims to secure crane services capable of lifting a minimum of 40,000 pounds at a 35-foot radius, with a qualified operator available 24/7 to respond to incidents within a one-hour mobilization time frame. This service is critical for the recovery of disabled aircraft, ensuring operational readiness and compliance with safety regulations. Interested small businesses must submit a completed Price List and a capabilities statement by the specified deadline, with inquiries directed to the primary contact at 162MSC.162MSC.Contracting@us.af.mil. The solicitation is set aside exclusively for small businesses under NAICS code 238990, with a proposal submission deadline of April 18, 2025, by 5:00 PM AZ time.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 6:12 PM UTC
The document outlines a Crane Service Blanket Purchase Agreement (BPA) for the Morris Air National Guard Base located in Tucson, AZ, specifically detailing the pricing for the base period from May 1, 2025, to April 30, 2026. It requires essential information such as the equipment and personnel dispatch address, company name, point of contact, and phone number. The BPA signifies a commitment to streamline services related to crane operations necessary for base activities during the designated timeframe. This type of agreement aligns with standard procurement practices within federal government RFPs, facilitating efficient resource management and operational readiness for military operations. The document serves as a basis for contractors to provide specific crane services while ensuring compliance with federal regulations through a structured purchasing mechanism.
Apr 17, 2025, 6:12 PM UTC
The document outlines the wage determination for construction contracts in Pima County, Arizona, under General Decision Number AZ20250059, effective January 3, 2025. It establishes minimum wage rates for various construction-related jobs, guided by Executive Orders 14026 and 13658, which mandate compliance with the Davis-Bacon Act for federal contracts. If contracts commence or renew post-January 30, 2022, workers must receive at least $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $13.30 per hour. The document specifies labor classifications and corresponding wage rates for electricians, power equipment operators, laborers, and truck drivers, detailing both base wages and fringe benefits. Additionally, it addresses the need for contractors to submit classification requests if their work does not match existing classifications. It also includes guidelines for appeals regarding wage determinations and emphasizes paid sick leave provisions under Executive Order 13706. This document serves as a crucial reference for contractors and workers involved in federally funded construction projects, ensuring compliance with wage standards and labor laws. Its structured format facilitates easy navigation of wage classifications and rates, reinforcing worker protections in the construction industry.
The Performance Work Statement (PWS) outlines the requirements for Crash Recovery Crane Services for the 162nd Wing of the Arizona Air National Guard. The contractor is tasked with providing a crane capable of lifting at least 40,000 pounds at a 35-foot radius, along with a qualified operator. This service is critical for the recovery of disabled aircraft, with a mandatory one-hour response time upon notification. Additional responsibilities include supplying a tractor-trailer with a similar capacity if needed. The contractor must be available 24/7, including holidays, and operations will only cease under specific directives from military leadership. Key requirements include compliance with various safety and security regulations, including conflict-of-interest policies, safeguarding government property, and adherence to applicable laws like OSHA. The contractor's employees are also required to complete AT Level I training for access to government facilities. The document emphasizes the necessity of rapid and reliable recovery operations, ensuring government assets are quickly reclaimed. Overall, the PWS highlights the critical nature of these services to support military operations and maintain safety and compliance standards in handling sensitive operations involving aircraft recovery.
The Performance Work Statement (PWS) outlines the requirements for crash recovery crane services for the 162nd Wing of the Arizona Air National Guard. The contractor must provide a crane with a minimum lifting capacity of 40,000 pounds at a 35-foot radius, as well as a qualified crane operator, with the capacity for 24/7 availability. Additionally, the contractor may need to supply a 40-foot tractor-trailer with similar capabilities. Notification for services must occur within three hours of an incident, and operations will continue until all government assets are recovered. Compliance with security requirements, conflict of interest policies, and safety regulations, including OSHA standards, is mandatory. Contractors are also responsible for background checks for all personnel due to access at government facilities. The document emphasizes the importance of timely response and operational readiness for effective aircraft crash recovery, highlighting the necessity of comprehensive planning and adherence to military standards.
Apr 17, 2025, 6:12 PM UTC
The document outlines a Request for Quotation (RFQ) for Crash Recovery Crane Services issued by the 162d Wing of the Arizona Air National Guard. This RFQ, numbered W50S6S25Q0011, is aimed exclusively at small businesses within the NAICS code 238990 and includes detailed submission requirements. Interested vendors must provide a Price List, a capabilities statement, and pertinent company information. The RFQ specifies the anticipated line item for crane services with performance locations based in Tucson, AZ. Criteria for evaluation include price, technical capability, and contractor performance history. Vendor response time and capability to meet the service requirements are emphasized, with a 1-hour mobilization time frame within 30 miles of Tucson International Airport. The government seeks offers that present the best technical and pricing solutions without engaging in negotiations unless necessary. The RFQ maintains a focus on compliance with various federal regulations and acquisition provisions, further emphasizing the importance of responsible contracting practices. This procurement process seeks to establish a streamlined and effective Blanket Purchase Agreement valid for five years, ensuring readiness for future crane service needs.
Lifecycle
Title
Type
Crash Recovery Crane BPA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Repair/Replace Overhead Cranes on Fort Drum
Buyer not available
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.
1ABCT Heavy Crane Lease
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease of a heavy crane to support military operations at Fort Riley, Kansas. The contractor will be responsible for providing a crane capable of hoisting an M1A2 Abrams tank (73.59 tons) off rail cars and onto the ground, along with operators and a rigging team, from May 7 to May 10, 2025. This procurement is critical for military logistics, as it addresses the government's need for specialized equipment to handle heavy military vehicles and ensure efficient operations at the Camp Funston Rail Yard. Interested parties should note that the total contract value is capped at $40 million, and questions regarding the solicitation must be submitted by April 29, 2025, to the primary contact, Joni N. Wardosky, at joni.n.wardosky.civ@army.mil.
Liebherr Crane Block
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of a Liebherr crane block under solicitation number W912EQ25QA006. This requirement is a total small business set-aside, aimed at acquiring essential supplies and services for military operations, with the associated NAICS code being 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Interested vendors must submit their quotations via email to Tommye Sepulveda by the extended deadline of April 28, 2025, at 10:00 AM CST, and should account for any fees related to payment via Government credit card. For further inquiries, vendors can contact Kirk Middleton or Tommye Sepulveda directly via their provided email addresses or phone numbers.
W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting quotes for rigging, crane, and material handling support to relocate a Stokes Press at the Crane Army Ammunition Activity in Indiana. The contractor will be responsible for providing all necessary labor, tools, and materials to complete the relocation by June 12, 2025, while ensuring compliance with OSHA standards and other regulatory requirements. This procurement is critical for maintaining operational efficiency at the facility, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested offerors must submit their proposals by May 8, 2025, and are required to attend a mandatory site visit on April 22, 2025, to ensure they understand the project requirements. For further inquiries, potential bidders can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.
Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
Buyer not available
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.
Crane Maintenance and Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide crane maintenance and repair services at Naval Station Norfolk, Virginia, and other areas of responsibility. This Sources Sought Notice aims to gather information on the capabilities of small businesses, including Small Disadvantaged, Women Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, to perform a proposed Indefinite Delivery, Indefinite Quantity (IDIQ) contract for crane and equipment repair services. The anticipated contract term will not exceed 66 months, and interested parties are encouraged to submit a capabilities package by 2:00 PM EST on May 5, 2025, to Sheena Lassiter at sheena.l.lassiter.civ@us.navy.mil, detailing their relevant experience and qualifications.
Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
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 aircrane hoisting units. The contract aims to increase the item quantity from two to four units, which are critical for aircraft ground servicing operations. These hoisting units play a vital role in ensuring the efficient and safe handling of aircraft components and equipment. Interested vendors can reach out to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil for further details, with the expectation of early and incremental deliveries as part of the procurement process.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.