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
    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
    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.
    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.
    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
    JIB Crane for Bldg 147
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of a JIB Crane for Building 147. This contract is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The JIB Crane is essential for various operational tasks within the facility, ensuring efficient material handling and support for ongoing projects. Interested vendors can reach out to Zena Johnson at zena.s.johnson.civ@army.mil or call 1-520-669-6059 for further details regarding the solicitation process.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    HOISTING UNIT,AIRCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    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.
    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.
    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.
    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.
    SPE4A726R0108-1680 – BELL CRANK / 40A/Helicopter, UH60
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 553 units of a Bell Crank (NSN: 1680-011589685) for the UH60 helicopter. This procurement is classified as a total small business set-aside and will be awarded as a firm fixed-price contract, with a delivery timeline of 390 days from the contract award. The Bell Crank is a critical component used in helicopter operations, ensuring the effective control and maneuverability of the aircraft. Interested vendors can access the solicitation on or around November 11, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct any inquiries to Leslea Newlon at Leslea.Newlon@dla.mil or by phone at 445-737-9902.