Crane Inspection Services IDIQ
ID: FA461325Q1012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, 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)
Timeline
    Description

    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 requires comprehensive management, tools, supplies, equipment, and labor to ensure the inspection, maintenance, and operational testing of National Crane 1400C booms, adhering to federal, state, and local regulations, as well as Air Force technical orders. These services are critical for maintaining equipment safety and operational readiness, with strict quality control measures and compliance requirements outlined in the Performance Work Statement. Interested contractors should contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil for further details, with proposals due within 10 days of request submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FA461325Q1012 details various clauses incorporated by reference in federal government requests for proposals (RFPs) and grants. It outlines essential contractual provisions related to compensation of former Department of Defense officials, compliance with safeguarding covered defense information, and cybersecurity assessment requirements. The clauses govern contractor responsibilities regarding essential services, subcontracting for commercial products, and various representations and certifications necessary for compliance with federal regulations, including those surrounding small business classifications and environmental considerations. Specific requirements include maintaining performance during crises, certifications for telecommunications equipment, and compliance with federal acquisition regulations for both U.S. and foreign products. The document serves as guidance for contractors in navigating federal acquisition processes, ensuring they meet statutory mandates and protecting government interests throughout the procurement lifecycle.
    The document addresses the appointment and role of an ombudsman for the Air Force Global Strike Command (AFGSC) acquisition concerns. It specifies that the ombudsman facilitates the resolution of issues raised by offerors or potential offerors while ensuring confidentiality. However, the ombudsman does not influence the decision-making processes regarding proposals or contract disputes. To seek support from the ombudsman, interested parties must first address their concerns to the contracting officer. If resolution fails at that level, they may escalate to the ombudsman, whose contact information is provided. It is emphasized that the ombudsman has no decision-making authority and should not be contacted for routine inquiries related to solicitation details or technical clarifications, which must go through the contracting officer. This guidance is essential for maintaining organized communication and resolution paths in government acquisition processes, ensuring that concerns are handled appropriately while not interfering with formal procedures such as bid protests.
    This document is a Contractor Response Form for the Crane Inspection Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation, identified by Notice Number FA461325Q1012. It seeks information from potential contractors, including their registered company name, socioeconomic status, and financial performance related to federal contracts. Specifically, it inquires whether the company received at least 80% of its revenue from federal sources in the past fiscal year and if their annual gross revenues exceeded $25 million, which would invoke compliance with specific federal regulations (FAR 52.204-10). The form requires essential contact details, such as name, email, and phone number, to facilitate communication. Overall, this RFI serves to gauge interest and capabilities of contractors for providing crane inspection services to federal agencies, ensuring alignment with federal contracting regulations and documenting sources of income as part of the procurement process.
    The government file appears to encompass a range of data related to federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. Primarily, it discusses the processes, requirements, and potential topics related to these funding opportunities intended for various sectors. Significant emphasis is placed on understanding the eligibility criteria, application process, and project expectations for organizations seeking federal and local funding. The documents indicate that applicants must demonstrate compliance with specific guidelines and present a coherent outline of their projects to secure funding effectively. This includes providing justifications for budget requests, detailing project benefits, and outlining measurable outcomes aligned with federal objectives. Moreover, the file seemingly contains numerous sections dedicated to the administrative aspects of grants and RFPs, such as timelines, deadlines for submissions, and the importance of adhering to local regulations. There is a clear objective of ensuring transparency and competitive fairness in the distribution of funds. Overall, the content serves as a comprehensive guide for applicants, articulating the framework and considerations necessary for engaging with various funding mechanisms within the government system.
    The Mission-Essential Contractor Services Plan for Crane Inspection at F. E. Warren AFB outlines how the contractor will deliver critical telecommunications and crane inspection services during crises, following DFARS Clause 252.237-7023. The objective is to maintain essential operations in support of the 90th Logistics Readiness Squadron when activated by the Contracting Officer. Key contractor procedures include acquiring essential personnel and resources for up to 30 days, ensuring adequate staffing during prolonged crises, and establishing alert systems for mobilization. The plan addresses operational continuity amid adverse conditions, such as weather disturbances and employee vacancies, and requires the contractor to employ its internal Quality Control Plan during service execution. Pricing for these services will be based on the contract rates at the time of activation. The contractor remains committed to maintaining operations until instructed to cease by the Contracting Officer, thereby ensuring essential services are delivered without disruption during emergencies. This plan is part of a broader federal initiative to ensure resilience and continuity in critical contractor services across government operations.
    The document outlines the Task Order Proposal Request (TOPR) instructions and award process for Crane Inspection Services under the Indefinite-Delivery Indefinite-Quantity (IDIQ) contract FA461325Q1012. The process requires contractors to submit proposals within 10 days of a request detailing estimated quantities for services, which the government will validate and negotiate. Proposals must adhere to contract terms, specify a defined Period of Performance (PoP) of no more than 365 days, and be submitted electronically, including contact information and compliance statements. The government evaluates proposals based on site conditions, adherence to contract terms, and may negotiate discrepancies directly with contractors. Awards will be contingent on budget availability, with pricing reflecting current values as of the award date. Non-compliance with instructions may lead to contract non-performance. Overall, the document serves as a guide for contractors on submitting and executing task orders related to crane inspection services, alongside emphasizing adherence to government procurement standards.
    The Performance Work Statement (PWS) outlines the requirements for crane boom inspection and maintenance services at F.E. Warren Air Force Base, Wyoming. The contractor is responsible for providing all necessary management, tools, supplies, equipment, and labor to maintain National Crane 1400C booms in compliance with federal, state, and local regulations, and specific Air Force technical orders. Services include inspection, maintenance, and operational testing of the cranes, which must occur within a 115-mile radius of the base. Key points include strict adherence to quality control and assurance protocols, with zero tolerances for discrepancies during inspections. The contractor must ensure compliance with security and operational security requirements, as well as anti-terrorism measures. Personnel performing the work must meet certain qualifications as per ASME 30.5 standards. Additionally, the contractor is responsible for any damage incurred during service delivery at no additional cost to the government. This document is part of a federal request for proposals (RFP), reflecting the government's commitment to maintaining equipment safety and operational readiness while ensuring compliance with regulatory standards.
    The document outlines a Request for Proposal (RFP) related to crane inspection and repair services under the contract FA461325Q1012, spanning five years from March 15, 2025, to March 14, 2030. It details specific service requirements, including disassembly, maintenance, inspection, calibration, and operational testing of crane booms. The costs are structured around various tasks categorized by contract line item numbers (CLIN), with a one-lot pricing model for each year. The document includes provisions for labor, parts, and miscellaneous expenses but lacks specific pricing information. The main purpose is to solicit bids for comprehensive inspection and maintenance services to ensure operational safety and compliance over the contract duration. This RFP provides a structured approach for potential contractors to evaluate and submit their proposals, highlighting the government's commitment to maintaining equipment integrity in line with safety regulations.
    The document is a Task Order Proposal Pre-Priced CLIN Sheet focusing on a specific service, namely crane inspection and repair. It outlines a unit of measure, the quantity required, and indicates that the total price for the task order is not disclosed. The sheet is formatted to include a Lot 1 designation, suggesting that this is part of a broader contract or set of tasks. The section labeled "Period of Performance" likely pertains to the timeline for when the services will be carried out, although specific dates are not included in the provided text. This document appears to be a part of the formal bidding process for federal or local government projects, requiring potential contractors to submit detailed proposals. Its structure emphasizes clarity and succinctness, ensuring that Bidders can easily understand the requirements for the crane inspection and repair task.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Unfired Pressure Vessel (UPV) Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract aims to secure inspection services for 27 UPVs, requiring the contractor to provide management, tools, and labor while ensuring compliance with federal and state regulations. These inspections are critical for maintaining safety and operational integrity of the vessels, which play a vital role in military operations. The total award amount for this contract is $11,500,000, and interested parties, particularly women-owned small businesses, must submit their proposals in accordance with the outlined requirements by the specified deadlines. For further inquiries, potential bidders can contact Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to repair the main lift cylinder of a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary certification documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested vendors must submit their quotations by 09:00 AM EST on February 24, 2025, and are encouraged to direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    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.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.
    Monorail Crane System and Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide a freestanding monorail crane system and installation for the 128th Air Refueling Wing in Wisconsin. The procurement includes specific requirements regarding the crane's dimensions, capacity, and installation specifications, emphasizing the need for suppliers to have active registrations in the System for Award Management (SAM). This initiative is crucial for enhancing operational capabilities within military facilities, and interested bidders must submit their quotes by March 18, 2025, following a mandatory site visit on March 4, 2025. For further inquiries, potential bidders can contact Mark Tonkinson at mark.tonkinson.2@us.af.mil or by phone at 414-944-8517.
    Tobyhanna Army Depot Radome Crane Service and Operator
    Buyer not available
    The Department of Defense is soliciting proposals for crane services and operators at the Tobyhanna Army Depot in Pennsylvania, specifically for the installation of a radome for the Large Fixed Antenna. The contractor will be responsible for providing a certified crane capable of hoisting a 9,000-pound radome cap to a height of 50 feet, with the performance period set from April 1 to May 1, 2025. This contract is crucial for ensuring the operational readiness of military communications systems, and it emphasizes compliance with federal regulations, safety standards, and security protocols. Interested small businesses should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details and to submit proposals.
    BEJ Crane Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide crane services and operator labor for the B. Everett Jordan Dam in Moncure, North Carolina. The procurement involves two phases of work, including the operation of rough-terrain cranes for gate and conduit inspections, with specific requirements for crane capacity, operator certification, and compliance with safety regulations such as EM 385-1-1 and OSHA guidelines. This opportunity underscores the importance of safety and regulatory adherence in federal contracts involving heavy equipment operations. Interested parties must submit a price quote and technical proposal by March 5, 2025, and can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    FE Warren KN-16 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase of two KN-16 boilers for Buildings 336/1151 at FE Warren Air Force Base in Wyoming. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of compliance with federal regulations and the need for bidders to submit detailed pricing, product specifications, and delivery schedules. The boilers are critical for maintaining operational efficiency within the facility, and the government will manage unloading services upon delivery, while contractors must ensure their delivery personnel meet access requirements to the base. Interested parties should direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must acknowledge the solicitation amendment prior to the submission deadline to ensure their offers are considered.
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.