Cranes and Hoists Maintenance and Repair - Wright Patterson AFB

SOL #: FA860126R0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8601 AFLCMC PZIO
WRIGHT PATTERSON AFB, OH, 45433-5344, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 2, 2026, 5:00 PM

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 Hoists Maintenance and Repair Services at Wright-Patterson Air Force Base, OH. This is a 100% Small Business Set-Aside for a Firm Fixed-Price (FFP) contract. The services include comprehensive maintenance, inspection, and repair of crane, hoist, and auto lift equipment. Proposals are due April 2, 2026, at 1:00 PM EDT.

Scope of Work

The contractor will provide all necessary management, labor, tools, supplies, parts, and equipment for:

  • Preventive Maintenance (PM) Inspections: Adhering to standards like ANSI B30 series, AFI 91-203, and ASME B30.11-2004.
  • Equipment Repairs: Responding to routine and emergency service calls, providing estimates, and performing repairs. Emergency calls require a 2-hour on-site response, 24/7.
  • Inspections & Load Testing: Conducting yearly PM inspections, adjusting limit switches, magnetic particle inspections on hooks, and load testing as required.
  • Reporting: Submitting PM schedules, inspection reports, written repair estimates, and repair reports within specified timelines.
  • "Over and Above" Services: FFP Not-to-Exceed (NTE) $70,000 per period for repairs outside routine maintenance, issued via Task Order.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS: 811310 (Size Standard: $12.5M)
  • PSC: J039
  • Period of Performance: May 1, 2026, through April 30, 2031 (Base year + 4 option years).
  • Place of Performance: Wright-Patterson AFB, OH.
  • Wage Determination: Applies to Greene, Miami, Montgomery counties, OH, specifying minimum wages and fringe benefits.

Evaluation Factors

Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection. Proposals will be evaluated on Technical Capability (rated Acceptable/Unacceptable) and Price. No tradeoffs are permitted.

  • Technical Subfactors: Quality Control Plan (PWS 2.1), Inspection Reports (PWS 1.4.1), Written Repair Estimates (PWS 1.4.2), and Prior Experience (requiring proof of 3 recent relevant contracts and experience with at least 50 cranes).
  • Price Evaluation: Completeness, unbalanced pricing, fair and reasonableness, and Total Evaluated Price (TEP) including base, option periods, and a potential 6-month extension.

Submission Requirements & Important Notes

  • Proposal Due Date: April 2, 2026, 1:00 PM EDT.
  • Submission Method: Electronic via email to matthew.bigelow.1@us.af.mil. The email must have the subject line "Synopsitation FA860126R0002", be a single email not exceeding 15MB, and contain only .pdf, .doc, .docx, .xls, or .xlsx attachments (PDFs must be text-searchable).
  • Proposal Format: Two volumes: Volume I: Technical (max 70 pages) and Volume II: Price & Offer Documentation (max 50 pages).
  • Offer Validity: Offers must remain valid for 180 days.
  • Subcontracting: FAR 52.219-14, Limitations on Subcontracting, is incorporated, requiring the prime contractor to perform at least 50% of the contract cost.
  • Funding: Funds are not presently available; award is contingent upon funding. The Government reserves the right to cancel the solicitation without obligation to reimburse offeror costs.
  • Base Access: Contractor personnel require base access credentials (AFMC Form 496, REAL-ID) and may need a Tier 1 security investigation for controlled areas. A site-specific Safety and Health Plan is required.
  • Environmental Compliance: Adherence to WPAFB General Environmental Protection Requirements (Attachment 6) is mandatory, including HAZMAT/HAZWASTE handling.

People

Points of Contact

Matthew BigelowPRIMARY
Edward A. HuchisonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Cranes and Hoists Maintenance and Repair - Wright Patterson AFB | GovScope