Solicitation/Synopsis Cranes & Hoist Services Base +3 Yrs West Point FY26
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 U.S. Army, West Point Mission Installation Contracting Command Office (MICC), is soliciting proposals for Cranes & Hoist Services at West Point, NY, and Stewart International Airport, Newburgh, NY. This opportunity covers annual inspections, preventative maintenance, and load testing for various lifting devices. The contract is structured as a Base Year plus three (3) option years. This is a Total Small Business Set-Aside. Proposals are due by April 8, 2026, at 4:30 PM Eastern Standard Time.
Scope of Work
The contractor will provide comprehensive services including:
- Annual Inspections & Preventative Maintenance: Conduct inspections for serviceability, perform preventative maintenance (minor repairs, cleaning, lubrication, adjustments) on listed lifting devices. All work must adhere to manufacturer manuals, OSHA 29 Part 1910.179, and industry standards.
- Annual Load Testing: Perform load tests on all lifting devices, complying with OEM literature and OSHA standards. Tests require a calibrated scale or certified weights, maintaining loads for at least 15 minutes, and tagging devices with test and next due dates.
- Defect Reporting: Report significant defects to the Contracting Officer Representative (COR) and tag unsafe devices "OUT OF SERVICE."
- Contractor Responsibilities: Supply all necessary materials, equipment, and personnel. Contractors are explicitly prohibited from using US Army-owned lifting devices.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: May 23, 2026, through May 22, 2030 (Base + 3 Option Years)
- NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ($12.5 Million size standard)
- PSC: J040 – Maintenance, Repair And Rebuilding Of Equipment: Rope, Cable, Chain, And Fittings
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: US Army Garrison, West Point, NY 10996, and Stewart International Airport, Newburgh, NY 12550.
Submission & Evaluation
- Mandatory Site Visit: A mandatory site visit is scheduled for April 6, 2026, at 10:00 AM EST at West Point Military Academy. Attendance is required for award eligibility.
- Proposal Submission: Offerors must submit quotes, a completed Solicitation W911SD26QA039 with certifications and licenses, and two or three Past Performance Questionnaires.
- Submission Method: All documents must be emailed to Ms. Sonya Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
- SAM.gov Registration: Offerors must be registered in SAM.gov under the appropriate NAICS code prior to proposal submission.
- Evaluation Basis: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Past Performance (rated as Acceptable or Unacceptable) and Price.
- Past Performance Questionnaire: Completed questionnaires are due by April 7, 2026, at 11:00 AM EST.
Key Deadlines
- Mandatory Site Visit: April 6, 2026, 10:00 AM EST
- Questions Due: Approximately April 1, 2026 (one week prior to RFQ close)
- Past Performance Questionnaires Due: April 7, 2026, 11:00 AM EST
- Proposals Due: April 8, 2026, 4:30 PM EST
Contact Information
For inquiries, contact Ms. Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.