Cranes and Hoist Inspection, Maintenance and Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a Total Small Business Set-Aside contract to provide Cranes and Hoist Inspection, Maintenance, and Repair services at Joint Base Langley-Eustis (JBLE), Eustis, VA. This non-personal services contract aims to ensure the continuous and safe operation of all listed cranes and hoists. Quotes are due by March 25, 2026, at 11:00 AM local time.
Scope of Work
The contractor will be responsible for all management, tools, supplies, equipment, transportation, materials, supervision, and labor necessary to perform comprehensive inspection, preventative maintenance, and repair services. Key tasks include:
- Performing annual inspections and load tests in accordance with manufacturer specifications and relevant standards (OSHA, AFI 91-203, ASME/ANSI B30, 29 CFR 1910-179).
- Conducting preventative maintenance, including cleaning, greasing, lubrication, and adjustments.
- Executing repairs for non-mobile cranes and hoists, requiring Contracting Officer (CO) approval for costs exceeding $2,500.00.
- Providing inspection reports, load test certificates, and a catalog of cranes and hoists, including projected life and replacement prioritization.
- Responding to routine and emergency service calls within specified timeframes.
- Adhering to environmental regulations and safety requirements, including lock-out/tag-out procedures.
Contract Details
- Opportunity Type: Solicitation (FA480026Q0009)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12,500,000.00
- Product Service Code: J049 (Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment)
- Period of Performance: Base year (April 1, 2026 - March 31, 2027) with option years extending through March 31, 2031.
- Place of Performance: Joint Base Langley-Eustis (JBLE), Eustis, VA.
Submission & Evaluation
- Offer Due Date: March 25, 2026, at 11:00 AM local time.
- Submission Method: Quotes must be submitted via email.
- Evaluation Criteria: Price, Technical, and Past Performance. The award will be made to the responsible quoter whose quote is most advantageous to the Government.
- Technical & Past Performance: Rated as "Acceptable/Unacceptable." Quoters must receive an "Acceptable" rating in both to be eligible.
- Evaluation Process: The government will evaluate the four lowest priced quoters for technical acceptability, past performance acceptability, and price reasonableness.
- Quote Structure: Submissions require three volumes: Price, Technical (limited to 15 pages), and Past Performance (requiring two contract references).
- Quote Validity: Prices must be held for 180 calendar days.
Key Dates & Contacts
- Site Visit: A site visit was scheduled for March 13, 2026.
- Primary Contact: Cornelius Dauterive (cornelius.dauterive@us.af.mil, 757-764-0553)
- Secondary Contact: Gerell Johnson (gerell.johnson@us.af.mil, 757-225-5256)
- Submission Contact: Cornelius Dauterive and Chester Terrill (chester.terrill@us.af.mil)
Additional Notes
The incumbent contractor is Tidewater Testing, under contract FA480021P0029, with a value of $398,466.00. Clarifications indicate that "48-52" on the pricing sheet refers to Annual Inspections.