Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
ID: FA5613-25-Q-0028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5613 700 CONS PKAPO, AE, 09021-3076, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.

    Files
    Title
    Posted
    Amendment No. 0001 to Combined Synopsis/Solicitation No. FA5613-25-Q-0016 addresses hoist maintenance, repair, and inspection services for the Kaiserslautern Military Community. Key changes include updating the solicitation number, extending the closing date to August 22, 2025, and incorporating new FAR and DFARS clauses related to fund availability, NIST SP 800-171, and Cybersecurity Maturity Model Certification. The amendment also revises the Performance Work Statement (PWS) date and details. Notable PWS changes involve contractor notification requirements for unavailable parts, annual maintenance scheduling, and submission of reports in English with German translations within eight business days. It also clarifies that costs for waiting times and cancellations in restricted areas, due to mission requirements, must be included in the contract price. Additionally, contractors are now responsible for providing and removing all necessary equipment daily, as no on-base storage is available.
    The provided file is a detailed inventory of various industrial equipment, including bridge cranes, small cranes, electric winches, track trolleys, boom cranes, and chain hoists. Each entry specifies the equipment type, manufacturer, year of manufacture, serial number, and lifting capacity in kilograms. The inventory spans multiple locations, identified by building codes such as RAB, CTS, Kapaun, and AMC, with the majority of items located in RAB. The document appears to be a comprehensive asset register, likely used for maintenance, procurement, or auditing purposes within a government or large organizational context, given its format and content typical of federal government RFPs, federal grants, or state/local RFPs. The file lists 49 pieces of equipment in total, providing a clear overview of available lifting and material handling machinery. This detailed listing is essential for operational planning and resource management.
    The document lists various types of cranes and winches utilized across different buildings, detailing specifications such as serial numbers, manufacturers, equipment types, and weight capacities. Specifically, it categorizes equipment into bridge cranes, electric winches, small cranes, track trolleys, and chain hoists, with notable brands including Gloning, Yale, Demag, and Konecranes. The inventory encompasses a total of 49 pieces of equipment, emphasizing their load capacities which range from 200 kg to 15,000 kg. The document is structured systematically, with rows for each piece of equipment organized by site and type, presenting a clear and comprehensive inventory likely intended for government procurement or compliance purposes. This aligns with the context of federal grants and RFPs, aiming to ensure appropriate equipment management and procurement in line with safety and operational standards. Overall, it serves as a detailed catalog for maintenance, replacements, or bidding processes related to infrastructure and facility management.
    This government Performance Work Statement (PWS) outlines requirements for hoist maintenance, repair, and inspection services within the Kaiserslautern Military Community (KMC), Germany. The contractor must provide all necessary resources to ensure continuous and safe operation of hoists at various locations, adhering to German and U.S. standards. The contract is a full maintenance agreement, covering inspections, routine and emergency repairs, and replacements, with some exclusions like alterations or damage from external events. Key requirements include developing a Maintenance Control Program, performing safety inspections and tests (including DGUV-V3 testing), and submitting detailed reports in English with German translations. The contractor is responsible for personnel qualifications, adherence to strict security and environmental regulations, and ensuring English communication proficiency. The PWS emphasizes adherence to schedules, response times for repair calls, and maintaining quality control throughout the contract period, with performance evaluated against set thresholds.
    This Performance Work Statement (PWS) outlines requirements for hoist maintenance, repair, and inspection services within the Kaiserslautern Military Community (KMC), Germany. The contractor must provide all necessary resources, ensuring continuous and safe operation in accordance with German and U.S. standards. The contract is a full maintenance agreement, covering routine and emergency repairs, excluding alterations and damage from external factors. Key requirements include conducting initial condition assessments, developing an annual Maintenance Control Program, performing safety inspections and tests (including DGUV-V3 and load testing), and submitting detailed reports. The contractor must ensure personnel are English-proficient, hold specific certifications (e.g., DIN EN 15011, DGUV), and comply with stringent security, environmental, and safety regulations. All work, including over-and-above services, requires prior government approval, with strict adherence to response times for routine (3 hours) and emergency (2 hours) calls. Performance will be evaluated against defined thresholds for maintenance, availability, response times, and reporting.
    This government bid schedule outlines a contract for maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC). The contract spans a basic period from November 1, 2025, to October 31, 2026, with four subsequent one-year option periods extending through October 31, 2030. Services include preventive maintenance, safety inspections, and routine/emergency repairs with associated parts. Additionally, "OVER AND ABOVE SERVICES" are specified, to be performed in accordance with excluded services in paragraph 2 of the Performance Work Statement (PWS) and DFARS clause 252.217-7028. While quantities are listed for monthly services, unit and extended amounts are uniformly listed as €0.00, with prices for Clin XXX3 (Over and Above Services) explicitly stated as "PRICE TO BE NEGOTIATED." The document emphasizes its nature as "Source Selection Information" under FAR 2.101 and 3.104.
    The FA5613-25-Q-0028 Attachment 3 is a Technical Capability Questionnaire for an acquisition focused on maintenance, repair, and inspection services for hoists. This document is part of a solicitation requiring offerors to provide detailed past experience information. It is structured into two main sections: General Information and Specific Experience Information. The General Information section requests basic contractor details such as name, address, point of contact, phone, email, project title, number of hoists serviced, contract reference number, total and associated subcontract amounts, and contract performance dates. It also asks the contractor to specify their role (e.g., Prime Contractor, Subcontractor). The Specific Experience Information section requires a detailed description of services performed, emphasizing that the technical support must be similar to the requirements outlined in the Performance Work Statement (PWS). This questionnaire is crucial for evaluating an offeror's capability to perform the required hoist services.
    The US Air Force has implemented an Environmental Management System (EMS) to enhance sustainability, reduce costs, and minimize environmental risks. Governed by Air Force Instruction 32-7001 and aligned with ISO 14001:2015 standards, the EMS aims to improve performance in resource management. Key directives include avoiding waste, promoting recycling, and conserving energy. The initiative also emphasizes legal compliance with Executive Orders and host nation requirements. The 86 CES/CEIE at Ramstein AB, Germany, manages this program, providing resources and training for personnel. Contact information for various environmental concerns is available, underscoring the Air Force's commitment to environmental stewardship and efficient resource utilization.
    The US Department of Defense (DoD) Final Governing Standards (FGS) for Germany, updated in September 2020, establish environmental compliance criteria for DoD installations in the Federal Republic of Germany. This document, approved by the United States Army Installation Management Command Europe, aligns with DoD Instruction 4715.05 and the Overseas Environmental Baseline Guidance Document (OEBGD), adopting criteria more protective than either the OEBGD or German laws. It covers various environmental aspects, including air emissions, hazardous materials, and waste management, with specific updates in 2020 focusing on hazardous materials and hazardous waste. The FGS outline requirements for permits, notifications, and legal protections for US Forces employees, emphasizing compliance, regular environmental audits, and a clear chain of command for environmental issues. It also details exemptions for certain DoD operations and facilities.
    The document outlines a standard personal information collection form, likely for identification or background verification purposes within a government context, such as federal RFPs, grants, or state/local RFPs. It requests basic biographical data, including full name, date of birth, sex, physical descriptors (eye and hair color, height, weight), and contact information (street address, cell phone number). The form also asks for nationality, place of birth, and various identification numbers, such as SSN, passport/ID card number, or NATO-Military ID Card number. This information is typically gathered to establish identity, assess eligibility, or comply with regulatory requirements in government-related applications or processes.
    The Performance Work Statement (PWS) for Hoist Maintenance, Repair, and Inspection Services defines the contractor's responsibilities within the Kaiserslautern Military Community (KMC). The contractor must ensure the thorough upkeep of hoists per German safety regulations and manufacturer guidelines. This non-personal service contract includes comprehensive maintenance, repairs, and inspections necessitated to maintain uninterrupted operational integrity. Communication must occur in English, with translation services provided by the contractor as needed. Specific excluded services, emergency repair protocols, and maintenance schedules are detailed, emphasizing response times and repair reporting requirements. The contractor is also tasked with developing a Maintenance Control Program (MCP) for tracking inspections and repairs annually. Regular performance evaluations will assess adherence to established service thresholds and quality control measures. The contract outlines stringent safety guidelines, environmental compliance, and emergency procedures to ensure operational safety and efficiency. Through careful monitoring and detailed reporting, the document underscores the importance of adherence to standards for the effective functioning of U.S. military installations.
    The document outlines a Request for Proposals (RFP) focused on maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) from November 1, 2025, to October 31, 2030. This includes a basic contract period and several option years, with services categorized into preventive maintenance, safety inspections, routine repairs, and additional services defined under specific clauses and guidelines. Each Contract Line Item Number (CLIN) consists of a 12-month service period, divided into four option years, where unit prices and total costs are to be negotiated, currently indicated at €0.00. The document emphasizes compliance with federal acquisition regulations and specifies exclusions under the Performance Work Statement (PWS) and relevant Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The overall purpose of this RFP is to establish contractual obligations for continued maintenance to ensure safety and operational efficiency of hoist systems within the KMC, reflecting the government's initiative to uphold maintenance standards and ensure comprehensive service delivery through effective contract management.
    The document is a Technical Capability Questionnaire related to acquisition FA5613-25-Q-0028, which seeks proposals for maintenance, repair, and inspection services for hoists as specified in the Performance Work Statement (PWS). Contractors are prompted to provide detailed background information, including their name, contact information, and project-specific experience that aligns with the PWS requirements. This includes the number of hoists serviced, contract amounts, and whether they served as a prime contractor, subcontractor, or in other roles such as teaming partner or joint venture. Additionally, contractors must describe the types of services performed and their relevancy to the current scope of work. The purpose of this document is to gather comprehensive information to evaluate the technical capabilities of bidders, ensuring they possess the necessary experience and skills to fulfill the contractual obligations while adhering to the standards set forth by the federal acquisition regulations.
    The US Air Force has established an Environmental Management System (EMS) to enhance sustainability and operational efficiency. This initiative is guided by Air Force Instruction 32-7001 and aligns with ISO 14001:2015 standards, focusing on respecting natural and human resources, mitigating environmental risks, and cutting costs related to utilities and waste management. The EMS promotes resource conservation through awareness campaigns, emphasizing recycling and energy savings. The document outlines resources for compliance, including contact information for the EMS Coordinator and specific issues related to recycling, hazardous materials, and water and energy management. Relevant legal frameworks include Executive Orders and Air Force policies, underlining the commitment to both mission objectives and environmental stewardship. This initiative reflects the Air Force's dedication to sustainable practices while fulfilling government compliance standards.
    The document outlines the updated Final Governing Standards (FGS) for environmental compliance at U.S. Department of Defense (DoD) installations in Germany, Belgium, and the Netherlands, as approved by the United States Army Installation Management Command Europe. The primary goal is to ensure compliance with environmental policies per DoDI 4715.05, emphasizing the importance of human health and safety. The FGS are meant to harmonize DoD protocols with European and host-nation environmental laws while establishing responsibilities for managing these standards. The 2020 updates include critical chapters addressing hazardous materials and waste management, reiterating that these guidelines do not deal with past contamination but set forth current compliance measures. Furthermore, it specifies exemptions for certain installations and operations, ensuring compliance does not interfere with military missions or existing international agreements. The document also emphasizes the necessity of environmental audits and outlines various environmental criteria for air emissions and the handling of hazardous substances. Overall, these standards signify a commitment to ecological responsibility, detailing operational procedures to maintain legal and environmental integrity across DoD facilities in Germany and surrounding regions.
    The document outlines essential personal identification information required for government filings, such as federal and state RFPs and grants. It includes fields for individuals' last names, first names, middle names, date of birth, sex, eye color, hair color, height, weight, and contact information, such as street address and cell phone number. Additionally, it calls for nationality status, Social Security Number, and identification details, such as passport or ID card numbers, including NATO-Military ID if applicable, as well as place of birth. This collection of data serves to establish clear identification and eligibility of participants in government-related programs and grants, ensuring compliance with federal regulations and contributing to streamlined processing of applications and proposals. The comprehensive nature of the information requested supports the government's need for accurate data to assess qualifications and risks effectively.
    The U.S. Air Force, 786 CES, issued Solicitation FA5613-25-Q-0016 for hoist maintenance, repair, and inspection services in Kaiserslautern, Germany. This combined synopsis/solicitation is a Request for Quotation (RFQ) for a firm-fixed-price purchase order. The contract will run from November 1, 2025, to October 31, 2026, with four one-year options extending to 2030. A pre-proposal conference and site visit are scheduled for July 31, 2025. Offers, due by August 22, 2025, at 14:00 CEST, must be submitted via email in English and Euro currency. Evaluation will be based on the Lowest-Priced, Technically Acceptable (LPTA) method, considering technical capability (past experience, contractor certifications, quality control plan) and price. Offerors must be registered in SAM and comply with DFARS 252.204-7019.
    The solicitation FA5613-25-Q-0028 outlines the U.S. government's request for hoist maintenance, repair, and inspection services within the Kaiserslautern Military Community in Germany. The solicitation requests quotes for a firm-fixed price contract covering a base period from November 1, 2025, to October 31, 2026, with options for renewal up to 2030. A pre-proposal conference and site visit is scheduled for July 31, 2025, with registration deadlines for participating vendors. Key requirements for bidders include submitting a completed Technical Capability Questionnaire, proof of contractor certifications, and a Quality Control Plan. Quotations must be submitted in Euro currency by August 18, 2025, via email, with ample supporting documentation to demonstrate relevant experience and compliance with German regulatory standards. The selection will prioritize the lowest-priced, technically acceptable offer, evaluated based on past experience, contractor certifications, quality control measures, and total pricing. The government reserves the right to cancel the solicitation and is not liable for costs incurred by bidders in response to the notice. Compliance with the System for Award Management registration is obligatory for participating contractors. This solicitation reflects the U.S. government's adherence to standardized acquisition practices within the federal and defense contracting framework.
    The document, FA561325Q0016, outlines requirements for Hoist Maintenance, Repair, and Inspection Services in the Kaiserslautern Military Community, with a base period from November 1, 2025, to October 31, 2026, and four subsequent one-year option periods extending through October 31, 2030. Key services include preventive maintenance, safety inspections, routine and emergency repairs, and
    The document FA561325Q0028 outlines a Request for Proposal (RFP) for hoist maintenance, repair, and inspection services within the Kaiserslautern Military Community. The RFP specifies several line items, including preventive maintenance, routine repairs, emergency repairs, and additional services as outlined in the Performance Work Statement (PWS). Each line item is structured as a firm fixed-price offering for a quantity of 12 months for multiple option periods extending from November 2025 to October 2030. The proposal emphasizes compliance with various federal acquisition clauses and guidelines, particularly regarding contractor responsibilities. Inspection and acceptance will occur at designated government facilities, with detailed instructions found in the PWS. The document incorporates essential clauses to ensure federal regulations are upheld, such as the prohibition of specific telecommunications equipment and products associated with security risks under the Federal Acquisition Supply Chain Security Act. In summary, the RFP serves as a solicitation for vendors to provide essential maintenance services while adhering to complex regulations that safeguard government interests. This document reflects the government's systematic approach to maintaining operational integrity and ensuring contractor compliance in service delivery.
    This document summarizes a site visit conducted on July 31, 2025, for Solicitation No. FA5613-25-Q-0016, titled "Hoist Maintenance, Repair, and Inspection Services in the Kaiserslautern Military Community (KMC)." The purpose of the visit was to allow interested vendors to view crane equipment requiring service. Government representatives met vendors at Ramstein Air Base, where various buildings (Bldg. 2018, 2131, 3330, 2472, 2404) were shown. The site visit, which began at 9:00 a.m., concluded at 10:30 a.m. The document is signed by Beatrice Meier, Contract Specialist, and dated August 14, 2025.
    The document provides Q&As for Request for Quote No. FA5613-25-Q-0016, clarifying requirements for maintenance, inspection, and communication. It addresses concerns about lengthy part delivery affecting maintenance schedules and hoist service availability, stating that delays not caused by the contractor will not be considered a failure. The government will provide phone numbers and restricted area lists upon award. It confirms the contractor's responsibility for organizing scheduled maintenance and coordinating with facility managers. The document also outlines reimbursement for government-canceled UVV weight testing and states that heavy test weights are the contractor's responsibility. Inspection reports are proprietary and will not be provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HOIST,CHAIN
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    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.
    31--CYLINDER,HOIST
    Buyer not available
    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
    Buyer not available
    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 high-quality hoisting equipment essential for various military applications, ensuring compliance with specific technical and quality standards outlined in the solicitation. The goods will play a critical role in supporting naval operations and maintenance activities. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals due within 60 days of the closing date indicated in the solicitation.
    1-TON CHAIN HOIST
    Buyer not available
    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.
    BPA Hydraulic Lifting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    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 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.
    2-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 2-ton chain hoist. This contract aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The chain hoist is critical for various operational tasks within the Navy, ensuring efficient handling and movement of heavy equipment. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the detailed requirements and deadlines specified in the solicitation documents.
    DLA Conveyor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to extend services under a sole source contract for Facility Maintenance and Repairs Services for the conveyor system at DLA Distribution Europe. This extension is necessary to prevent a gap in service that would hinder the timely fulfillment of customer requirements in the EUCOM, CENTCOM, and AFRICOM areas, as the current contract expired on March 17, 2023. The new contract, designated W564KV-23-P-0019, will be a six-month Firm Fixed-Price (FFP) contract, allowing for continued operations while the follow-on competitive contract under solicitation number W564KV-23-Q-0011 is finalized. Interested parties can reach out to Brian Davis at brian.j.davis16.civ@mail.mil for further information.