99 CES Crane and Hoist Certification and Maintenance
ID: F3G3CE4820A003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for crane and hoist certification and maintenance services at Nellis Air Force Base in Nevada. The contractor will be responsible for providing comprehensive management, tools, labor, and materials necessary for annual inspections, preventive maintenance, load testing, and emergency repairs of crane and hoist equipment, ensuring compliance with OSHA and ANSI standards. This procurement is critical for maintaining the operational safety and efficiency of equipment vital for Air Force logistics. Interested small businesses must submit their proposals electronically by April 7, 2025, with questions due by March 25, 2025; for further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or SSgt Katherine Miller at katherine.miller.18@us.af.mil.

Point(s) of Contact
Katherine R. Miller, SSgt
katherine.miller.18@us.af.mil
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
This document outlines a Request for Proposal (RFP) for annual inspection, testing, maintenance, and repair services for crane and hoist equipment. The contract duration spans four total years, starting with a base year from May 1, 2025, to April 30, 2026, followed by three optional years through April 30, 2030. Each year includes two main Contract Line Item Numbers (CLINs): one for inspection and maintenance services and another for repair services, with each listed for a quantity of one lot. The estimated cost for each CLIN is currently unspecified, indicating that bids will need to be submitted for pricing. Additionally, the document specifies that certain CLINs, marked with black boxes, are "do not exceed" thresholds for any necessary repairs that may arise unexpectedly, based on the customer's budget constraints. Overall, this RFP aims to establish a reliable contract for ongoing safety and operational compliance in crane and hoist management within federal, state, and local governmental operations.
Apr 2, 2025, 10:08 PM UTC
The document outlines a Request for Proposal (RFP) for contracted services related to crane and hoist equipment inspection, testing, maintenance, and repair. The contract spans a base year (1 May 2025 - 30 Apr 2026) followed by four option years, each covering similar service descriptions. Each year includes two major categories: (1) Annual Crane and Hoist Equipment Inspection, Testing, and Maintenance Services, and (2) Crane and Hoist Repair Services, both represented as line items with estimated yearly quantities set at one lot each. However, specific costs are not detailed, leaving total estimated costs blank for all years. This RFP provides a structured framework for potential contractors to submit bids for necessary services to ensure the safety and operational effectiveness of crane and hoist systems. The lack of price information indicates a focus on service capabilities rather than predefined budgets, emphasizing the importance of compliance and quality in public sector contracting.
The Performance Work Statement (PWS) outlines the requirements for inspection, testing, maintenance, and repair of crane and hoist equipment at Nellis Air Force Base, Nevada, beginning May 2025. The contractor is responsible for managing and executing annual inspections and preventive maintenance for all specified cranes and hoists, ensuring compliance with OSHA and ANSI standards. Key services include operational testing, load testing, and nondestructive inspections (NDI) of hoist hooks. The contractor must provide detailed reports for each service, including deficiencies identified and recommendations for repairs. Emergency repair calls must be responded to within specified timeframes, with cost estimates provided prior to executing repairs. The government will furnish property and safety oversight, while the contractor must implement a quality control program to maintain service standards. The document serves to ensure effective and safe operation of crane equipment vital for air force logistics, thus emphasizing the importance of compliance and reporting protocols in carrying out these services.
The document presents the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing specific minimum wage requirements for federal contracts, particularly in Nevada's Clark County. It highlights the application of Executive Orders 14026 and 13658, which mandate minimum wage rates of at least $17.75 and $13.30 per hour, respectively, based on contract dates and renewals. The document outlines various occupational wage rates, including administrative support, automotive service, health occupations, and technical positions, each with specified hourly rates. It discusses fringe benefits required, such as health and welfare allowances, vacation time, and paid sick leave. Additionally, it provides insights into the conformance process for unlisted job classifications and stipulates uniform allowances for employees. The summary emphasizes the document's role in ensuring fair remuneration and compliance with federal regulations for contractors engaged in service contracts, aligning with government RFPs and grants. Overall, the wage determination serves as a vital reference for federal contracting entities, ensuring workers receive appropriate compensation for their services while adhering to labor regulations.
Apr 2, 2025, 10:08 PM UTC
The document is a combined synopsis/solicitation for a Request for Proposal (RFP) for crane and hoist equipment inspection, maintenance, and repair services for Nellis AFB, NV. It is designated as a Total Small Business set-aside, with a NAICS code of 811310 and a small business size standard of $12.5 million. Interested vendors must provide a Price List and a technical proposal demonstrating how they will accomplish the required services, which includes annual inspections, testing, preventive maintenance, and emergency repairs, as outlined in the attached Performance Work Statement (PWS). The contract will utilize a Firm Fixed Price format, running from May 1, 2025, to April 30, 2030, with four option years. Proposals will be evaluated based on price and technical merit, with the lowest-priced, technically acceptable offer deemed most advantageous. Offerors must register with the System for Award Management (SAM) before the contract award. The document specifies deadlines for questions and proposals, and emphasizes the necessity of including a completed Price Sheet and compliance with various federal regulations. The goal of the solicitation is to secure reliable services to ensure the safety and operational integrity of crane and hoist equipment at the military installation.
Apr 3, 2025, 8:05 PM UTC
The document is a solicitation for commercial products and services related to crane and hoist equipment inspection and maintenance, issued as Request for Proposal (RFP) number F3G3CE4820A003. It is set aside for Total Small Business participation, with a relevant NAICS code of 811310 and a small business size standard of $12.5 million. The contractor will provide all necessary resources and services for the annual inspection, testing, maintenance, and emergency repairs of crane and hoist equipment at Nellis AFB, NV, from May 1, 2025, to April 30, 2030, with four optional extension years. Proposals must include a technical proposal and price list, complying with criteria laid out in the Performance Work Statement (PWS). The selection process emphasizes a lowest-priced, technically acceptable offer, assessing both price and technical factors. Offer submissions are due electronically by April 7, 2025, with questions accepted until March 25, 2025. The proposal must demonstrate an understanding of requirements and relevancy in past performance records. Adherence to registration in the System for Award Management (SAM) is mandatory for eligibility.
Mar 19, 2025, 11:07 PM UTC
The document is a combined synopsis/solicitation issued as a Request for Proposal (RFP) for crane and hoist inspection, maintenance, and repair services at Nellis AFB, NV, under solicitation number F3G3CE4820A003. It is structured according to FAR provisions and includes requirements for a Firm Fixed Price contract. The solicitation is set aside for Total Small Business, with a NAICS code of 811310. Contractors must provide comprehensive management, labor, tools, and other resources to conduct annual inspections and maintenance from May 2025 to April 2030, with options for four additional years. Bidders are required to submit a price list detailing costs across several contract line-item numbers for various services. Proposals will be evaluated based on Technical and Price factors, with awards going to the offeror that demonstrates an understanding of the requirements and provides the best value. The deadline for questions is March 25, 2025, and submissions are due April 3, 2025, via electronic formats. The document emphasizes compliance with SAM registration, past performance evaluation, and submission completeness for acceptance, ensuring a fair and competitive acquisition process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Crane Hoist and Conductor Bar Upgrade
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a crane hoist and conductor bar upgrade for an existing bridge crane located in Lakehurst, New Jersey. The procurement involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with modern equipment that meets the latest Navy Crane Centers standards, including the installation of a new Variable Frequency Drive (VFD) controlled hoist and a four-wire electrification system. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring compliance with current operational requirements. Interested parties must attend a mandatory site visit on April 10, 2025, and submit their quotes by 11:00 AM EDT on April 21, 2025, to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.
Overhead Hoist Repair and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and maintenance of overhead hoists at Joint Base Andrews and Davidsonville, Maryland. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform inspections, maintenance, and repairs based on original equipment manufacturer recommendations and regulatory compliance. This service is crucial for ensuring the safety and operational readiness of hoisting equipment, which is vital for various military operations. Interested contractors should contact Ryan Lockard at ryan.lockard@us.af.mil or TSgt Jeffrey Harris at jeffrey.harris.22@us.af.mil for further details, as this opportunity is set aside for 8(a) participants under NAICS code 811310, with a focus on maintaining high safety standards and quality control measures.
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 an aircrane hoisting unit. This contract aims to acquire essential aircraft ground servicing equipment, which plays a critical role in supporting naval operations and ensuring the readiness of aircraft. Interested vendors should note that the contract includes specific quality requirements, warranty provisions, and payment instructions, with a focus on compliance with the Buy American Act and other federal regulations. For further details, potential bidders can contact Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil.
210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
Buyer not available
The Department of Defense, specifically the New Mexico Air National Guard's 210th Red Horse Squadron, is seeking qualified contractors for the diagnostics, repair, and maintenance of six Genie Boom Lifts at Kirtland Air Force Base, New Mexico. The contract will encompass a base year plus four option years, requiring the contractor to perform routine maintenance, diagnose and repair issues, and ensure compliance with military regulations and safety protocols. This service is critical for maintaining operational readiness and functionality of equipment used in military operations. Interested parties must submit their quotations by April 30, 2025, and are encouraged to attend a site visit on April 11, 2025, with pre-registration required. For further inquiries, contact Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil.
99 CES Mobile Generator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and cleaning of a Cummins 200 KW mobile generator at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to conduct engine diagnostics, repair the fuel system, and clean the fuel tank, adhering to manufacturer specifications and environmental regulations. This project is crucial for maintaining operational readiness and ensuring compliance with safety standards, with a performance period set from May 1 to June 30, 2025. Interested small businesses must submit their proposals electronically by April 16, 2025, at 2:00 PM PDT, and are encouraged to attend a site visit on April 10, 2025, with prior registration required. For further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or Katherine R. Miller at katherine.miller.18@us.af.mil.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, through the Air Force's 99th Contracting Squadron, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base, Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance, ensuring the paint booths maintain a minimum operational rate of 96% from June 22, 2025, to June 21, 2030. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, with questions accepted until April 18, 2025; interested parties should contact Lisa Hallberg at lisa.hallberg.1@us.af.mil for further information.
USAARL Hoist Replacement
Buyer not available
The Department of Defense, through the U.S. Army Aeromedical Research Laboratory (USAARL), is seeking qualified vendors for the replacement of an outdated hoist at its facility in Fort Novosel, Alabama. The procurement involves the removal of the existing 2-ton Yale overhead hoist and the installation of a new 2-ton H4 hoist, ensuring compliance with safety and operational standards, including OSHA regulations. This project is critical for safely lifting and positioning heavy research equipment, thereby supporting ongoing aeromedical research efforts. Interested vendors are encouraged to submit a capabilities statement by April 11, 2025, to Marc L. Mitchell at marc.l.mitchell.civ@health.mil, as this opportunity is part of a preliminary information-gathering process with no commitment to procure services at this stage.
Boom Lift
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 60-foot articulated boom lift, essential for maintenance tasks around the rudder of the KC-46 aircraft at MacDill Air Force Base in Tampa, Florida. The procurement is set aside for 100% Small Business participation and requires the boom lift to meet specific technical specifications, including a diesel engine, 4WD capability, and a jib for outreach, with delivery expected within 90 days of purchase. This acquisition is critical for ensuring operational readiness and safety in aircraft maintenance, reflecting ongoing modernization efforts within military logistics. Interested vendors must submit their quotes referencing RFQ number FA481425TF036 by April 14, 2025, and are encouraged to contact Jason Camelo or Melissa Biggar for further information.
High Reach Bucket Truck Lease
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to lease a 6x6 100-foot High Reach Bucket Truck for use at Holloman Air Force Base in New Mexico. The lease will cover a base period of 12 months, with the option to extend for four additional 12-month periods, and the vehicle must meet specific operational and safety requirements, including a maximum working height of 104.8 feet and a platform capacity of at least 350 lbs. This procurement is critical for ensuring the Air Force has access to reliable aerial platform vehicles for maintenance and operational tasks, emphasizing safety and compliance with federal regulations. Interested offerors must submit their quotes by April 28, 2025, and are encouraged to direct any inquiries to Cassandra Bengfort at cassandra.bengfort@us.af.mil or Kelly Scott at kelly.scott.8@us.af.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. This procurement involves a Total Small Business Set-Aside under NAICS Code 811310, requiring contractors to provide scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a contract structure of one base year and three optional years. The services are critical for ensuring operational efficiency and safety in military and commercial test operations, emphasizing compliance with federal, state, and local regulations. 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.