309 AMARG 100T Crane Repair
ID: FA487725QA165Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide repair services for a 100-ton Linkbelt Crane at the AMARG complex located at Davis-Monthan Air Force Base in Tucson, Arizona. The contractor will be responsible for all labor, supervision, tools, and materials necessary to complete the repair of the crane's right front hub, with a requirement to adhere to specific performance standards and complete the work within 21 days post-award. This procurement is critical for maintaining operational capabilities at the facility, and proposals are due by January 10, 2025, with a completion deadline set for March 1, 2025. Interested parties should contact Patricia Murray at patricia.murray.6@us.af.mil or call 520-228-3095 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pricing schedule for a government contract related to crane repair services, specifically focused on the repair of the crane's right front hub. Two primary Contract Line Item Numbers (CLINs) are detailed: CLIN 0001 pertains to the comprehensive repair services, including the provision of necessary tools, labor, and management, while CLIN 0002 addresses any ancillary parts and repairs identified during the main repair, which must receive prior approval from the Contracting Officer. Offers submitted by contractors must remain valid for a minimum of 30 days post-solicitation closing and require completion of specific details regarding delivery dates, business classifications, and applicant information. The document emphasizes compliance with outlined directives, ensuring that contractors are aware of the requirements for repairs and the approval process necessary for ancillary actions. This pricing schedule reflects the formal structure of government RFPs, ensuring transparency and adherence to federal procurement standards.
    The Statement of Work outlines the requirements for repairing a 100-TON Linkbelt Crane at Davis-Monthan Air Force Base, AMARG. The contractor is responsible for all aspects of the repair, specifically the removal and replacement of the right front hub, followed by function checks and an itemized report. All work must meet high standards in line with local and state regulations and is to be completed by March 1, 2025. The government will provide support for equipment movement. Key operational procedures include assigning a contract point of contact, ensuring the removal of any employee deemed a threat to security, and adhering to strict regulations regarding employee conduct, safety, and environmental compliance. Contractor employees must follow security protocols including personnel searches and vehicle regulations, while also ensuring no weapons are brought onto the premises. The document emphasizes the importance of securing government property and adhering to safety standards throughout the project. This contract aligns with federal and local government procurement practices, reinforcing accountability and operational integrity across military installations.
    The government file outlines several notices related to Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of adherence to specific guidelines and standards for proposal submissions. Key focus areas include financial eligibility, project scope, and compliance with legal and regulatory requirements. The document details procedural expectations for applicants, such as deadlines for submissions, criteria for evaluation, and necessary documentation to support the initiatives being proposed. Additionally, the file highlights the significance of community engagement and stakeholder input as part of the evaluation process. Noteworthy sections discuss potential funding opportunities and strategic priorities that align with governmental objectives in economic development, public health, and infrastructure improvement. The overall purpose is to provide clear directions for organizations and individuals seeking to obtain funding or participate in government-supported projects, thereby ensuring transparency and equity in the proposal process.
    The document is a combined synopsis/solicitation (FA4877-25-Q-A165) for the repair of a 100-ton crane hub at the AMARG complex in Davis-Monthan Air Force Base, AZ. This time-sensitive request for quotation (RFQ) outlines that all proposals are firm due by 10 January 2025, emphasizing the urgency for on-site services. The contractor is expected to provide all necessary tools, labor, and management to perform these tasks within 21 days post-award, adhering to specific performance work statements detailed in the attachments. The solicitation incorporates various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, addressing terms, conditions, and compliance requirements for bidders. The evaluation for proposals will focus on lead time and technical capabilities. Participants must submit a completed pricing schedule, technical specifications, and necessary representations and certifications, emphasizing the emphasis on compliance with government procedures. The document clearly prioritizes the timely and effective performance of the required services, reflecting standard practices in government RFPs while engaging with commercial service providers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ARVA AT3035 Crane Repair (Labor and Parts)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of ARVA AT3035 cranes, which includes both labor and parts. This procurement aims to ensure the operational readiness and maintenance of specialized industry machinery, as outlined under the NAICS code 811310 for Commercial and Industrial Machinery and Equipment Repair and Maintenance. The successful contractor will play a critical role in maintaining the functionality of essential equipment used by the Air Force. Interested parties should reach out to Timeaki McPhee at timeaki.mcphee@us.af.mil or call 605-385-1721 for further details regarding this sources sought notice.
    3 Ton Bridge Crane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 3 Ton Bridge Crane and associated components through a Combined Synopsis/Solicitation. The requirement includes a Louden 3 Ton Capacity, Single Girder Motor Driven Crane, along with necessary items such as supertrack girders, splice assemblies, end stop assemblies, and a monorail hoist, all to be delivered within 90 days after receipt of order. This procurement is crucial for enhancing operational efficiency at Tinker Air Force Base, ensuring that the Air Force has reliable and compliant equipment for its logistics and maintenance capabilities. Interested small businesses must submit their proposals by March 11, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, they can contact Britt Brown at britt.brown.2@us.af.mil or 405-413-0142.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide crane inspection services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The procurement aims to ensure the maintenance and operational readiness of National Crane 1400C booms, requiring contractors to deliver comprehensive inspection, maintenance, and operational testing services in compliance with federal, state, and local regulations. This initiative is critical for maintaining equipment safety and operational efficiency within the Air Force, emphasizing strict adherence to quality control and security protocols. Interested vendors should contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil for further details, with a maximum contract value of $870,000 and proposals due within 10 days of request.
    Mobile Crane Inspection and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for mobile crane inspection and repair services at the Sierra Army Depot in Herlong, California. The contract requires comprehensive diagnostics and repairs for a Terex Model AC200-1 mobile crane, emphasizing the need for qualified contractors to provide labor, materials, and compliance with industry standards. This procurement is crucial for maintaining military infrastructure and ensuring operational readiness, with a total small business set-aside to encourage participation from small and veteran-owned businesses. Proposals must be submitted by 10:00 AM on March 31, 2025, and interested parties can contact Justin Lyu at justin.y.lyu.civ@army.mil or Tracy Worrell at tracy.e.worrell.civ@army.mil for further information.
    AMARG Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking engineering support services for the 309 Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Tucson, Arizona. The contract will require qualified contractors to provide engineering professionals for tasks related to aerospace storage, preservation, aircraft parts reclamation, and depot-level maintenance, with a focus on maintaining high operational efficiency and compliance with safety standards. This opportunity is set aside for small businesses and emphasizes the importance of meeting performance milestones, with contractors expected to achieve at least 90% of task milestones monthly, ensuring accountability through regular management reviews and performance tracking. Interested parties can contact Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details.
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base, with a total contract value of $34 million. The procurement aims to ensure the operational readiness of vehicle barriers through preventive maintenance, routine service calls, and necessary repairs over a performance period from April 1, 2025, to March 31, 2030, including multiple option periods. This contract is particularly significant as it supports the security infrastructure at military installations, emphasizing compliance with federal labor standards and environmental regulations. Interested small businesses must acknowledge amendments to the solicitation and submit their proposals by the specified deadlines, with primary contact Sabastian Halstead available at sabastian.halstead@us.af.mil or 623-856-2729 for further inquiries.
    Overhaul the UH-1N Main Rotor Hub Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to overhaul the UH-1N Main Rotor Hub Assembly under solicitation FA8524-25-R-0005. The procurement involves comprehensive services including functional testing, inspection, and depot-level overhauls of specified components, which are critical for maintaining the operational readiness of military helicopters. This contract is vital for ensuring the safety and reliability of aviation components used in various mission types, including emergency evacuations and national security operations. Interested parties must submit their proposals by March 28, 2025, and can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.
    Test, Teardown, and Evaluation (TT&E) Mazak VTC NC Vertical Turning Center
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for a one-time Test, Teardown, and Evaluation (TT&E) of a Mazak VTC NC Vertical Turning Center. The contractor will be responsible for providing labor, tools, parts, and quality control necessary to assess the machine, which has known issues such as a leaking pallet changer and an E-stop function failure, and must deliver a detailed evaluation report within one business day. This procurement is crucial for maintaining operational efficiency and safety standards within the Air Force's equipment management. Proposals are due by March 11, 2025, with a preference for electronic submissions, and interested vendors should contact Shanita Manuel at shanita.manuel@us.af.mil for further information.
    210 Red Horse Man Lift Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair and maintenance of the 210 Red Horse Man Lift at Holloman Air Force Base in New Mexico. This procurement aims to ensure the operational readiness and safety of the equipment, which is crucial for various military operations and maintenance tasks. Interested vendors should note that the opportunity falls under the NAICS code 811310, focusing on commercial and industrial machinery repair, and is classified under PSC code J049 for maintenance and repair of shop equipment. For further inquiries, potential contractors can reach out to Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil, both of whom can be contacted at 505-316-5467.
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.