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 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 cranes and hoists on base. This opportunity is a Total Small Business Set-Aside. Proposals are due March 30, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide all management, tools, supplies, equipment, transportation, materials, supervision, and labor necessary for 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, with Contracting Officer (CO) approval required for costs exceeding $2,500. Emergency repairs must be completed within 72 hours.
- Providing inspection reports, load test certificates, and a catalog of cranes and hoists, including projected life and replacement prioritization.
- Adhering to environmental regulations and completing Environmental Management Awareness and Competency (EMAC) training.
Contract Details
- Opportunity Type: Solicitation (FA480026Q0009)
- Contract Type: Firm Fixed Price
- Period of Performance: A base year (April 1, 2026 - March 31, 2027) with four option years, extending performance through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12,500,000.00
- Incumbent: Tidewater Testing (contract FA480021P0029, valued at $398,466.00).
- Key Amendment Changes: Amendment 0001 reduced quantities for several CLINs (0001, 1001, 2001, 3001, 4001, 0002, 1002, 2002, 3002, 4002) and updated the maximum amount for repair CLINs (0003, 1003, 2003, 3003, 4003) to $50,000.00.
Submission & Evaluation
- Submission Deadline: March 30, 2026, at 11:00 AM EST.
- Submission Method: Quotes must be submitted via email. Faxed or mailed quotes will not be accepted.
- Evaluation Criteria: Award will be made to the responsible quoter whose proposal is most advantageous to the Government, considering Price, Technical, and Past Performance. Technical and Past Performance will be rated as "Acceptable/Unacceptable." The four lowest-priced quoters will undergo evaluation for technical acceptability, past performance acceptability, and price reasonableness.
- Submission Requirements: Proposals must be submitted in three volumes: Price, Technical (limited to 15 pages), and Past Performance (requiring two contract references).
- Site Visit: A site visit was previously scheduled for March 13, 2026.
Contacts
- Primary: Cornelius Dauterive (cornelius.dauterive@us.af.mil, 757-764-0553)
- Secondary: Gerell Johnson (gerell.johnson@us.af.mil, 757-225-5256)