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
    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
    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.
    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.
    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.
    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.
    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
    HOIST,CHAIN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.
    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.
    39--HOIST,CHAIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a chain hoist, specifically NSN 3950015119007. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Joaquin within 167 days after the order is placed, with the approved source being 7ZL65 75113CA7-1202. This equipment is crucial for materials handling operations, ensuring efficient lifting and movement of heavy loads in various military applications. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of 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.
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of hoist cylinders. This contract involves the manufacture and supply of hoist cylinders, which are critical components used in various naval applications, ensuring operational efficiency and safety. The solicitation is open until December 31, 2025, and interested vendors must comply with specific quality assurance and inspection requirements, including adherence to military standards and regulations. For further inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS711.CIV@US.NAVY.MIL.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract requires compliance with various technical and quality specifications, including unique identification and valuation, inspection and acceptance protocols, and adherence to cybersecurity maturity model certification requirements. The chain hoist is critical for operational support within the Navy's logistics and maintenance framework. Interested vendors should direct inquiries to Eva A. Raczka at 771-229-0110 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    17--HOISTING UNIT,AIRCR
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of a hoisting unit, specifically the NSN 1730015939054, under a total small business set-aside. The requirement includes the delivery of one unit to the DLA Distribution Depot in Oklahoma within 167 days after order, with the approved source being 1Y128 7548685-10. This hoisting unit is critical for aerospace craft launching, landing, ground handling, and servicing operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.