Ft Eustis 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 Firm Fixed-Price contract to provide Cranes and Hoist Inspection, Maintenance, and Repair Services at Joint Base Langley-Eustis (JBLE), Eustis, VA. This is a Total Small Business Set-Aside. The services ensure continuous and safe operation of all listed cranes and hoists. Proposals are due March 30, 2026, at 11:00 AM EST.
Scope of Work
This non-personal services contract requires the contractor to provide all management, tools, supplies, equipment, transportation, materials, and supervision. Key services include:
- Comprehensive Inspections: Annual inspections and load tests for manual hoists and overhead cranes (quantities adjusted by amendment to 49 and 42 respectively).
- Preventative Maintenance: Cleaning, greasing, lubrication, and adjustments.
- Repairs: For non-mobile cranes and hoists, with Contracting Officer (CO) approval required for costs exceeding $2,500.00, and repairs not to exceed 50% of replacement value. Emergency repairs must be completed within 72 hours.
- Reporting: Submission of inspection reports, load test certificates within two business days, and a catalog of cranes and hoists with replacement prioritization. All work must adhere to commercial practices, manufacturer's specifications, and relevant standards including OSHA, AFI 91-203, ASME/ANSI B30, and 29 CFR 1910-179.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12,500,000.00
- Period of Performance: The base year runs from April 1, 2026, to March 31, 2027, with option years extending the performance through March 31, 2031.
- CLIN Adjustments: Amendment 0001 reduced quantities for specific CLINs (0001, 1001, etc.) from 52 to 49, and others (0002, 1002, etc.) from 48 to 42. Maximum amounts for repair CLINs (0003, 1003, etc.) were updated to $50,000.00.
Submission & Evaluation
- Submission Deadline: March 30, 2026, at 11:00 AM EST.
- Submission Method: Quotes must be submitted via email.
- Evaluation Criteria: Proposals will be evaluated based on Price, Technical, and Past Performance. Technical and Past Performance will be rated as "Acceptable/Unacceptable." The award will be made to the responsible quoter whose quote is most advantageous to the Government, considering price and other factors. The government will evaluate the lowest priced quoters for technical acceptability, past performance acceptability, and price reasonableness.
- Proposal Structure: Quotes must be submitted in three volumes: Price, Technical (limited to 15 pages), and Past Performance (including two contract references).
- Quote Validity: Prices must be held for 180 calendar days.
Key Dates & Contacts
- Proposal Due Date: March 30, 2026, 11:00 AM EST.
- Site Visit: A site visit was confirmed for this opportunity.
- Primary Contact: Cornelius Dauterive, cornelius.dauterive@us.af.mil, 757-764-0553.
- Secondary Contact: Gerell Johnson, gerell.johnson@us.af.mil, 757-225-5256.
Additional Notes
The incumbent contractor is Tidewater Testing, under contract FA480021P0029, valued at $398,466.00. Contractor personnel must meet specific crane inspection qualifications, complete Environmental Management Awareness and Competency (EMAC) training, and adhere to all safety and environmental regulations. Electronic invoicing via Wide Area WorkFlow (WAWF) is required.