Land Mobile Crane and Operator
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, specifically FA4418 628 CONS PK, is soliciting proposals for a Land Mobile Crane and Operator to assist with off-loading vessel cargo at Joint Base Charleston - Naval Weapon Station, Goose Creek, SC. This is a Total Small Business Set-Aside opportunity. Proposals are due by April 23, 2026, at 5:00 PM UTC (1:00 PM local time).
Scope of Work
This requirement is for the provision of a land mobile crane, operator, labor, equipment, transportation, management, and supervision. The crane will assist in off-loading vessel cargo. Key requirements include:
- Crane Specifications: Must be currently inspected, meet OSHA 1926 subpart CC, OSHA 1926.1412(f), and ASME B30.5 standards. A single outrigger load must not exceed 211,000 lbs (211 kip). Specific dimensions for lifting lugs, vessel height/width/length, and maximum lift distance (70') are provided. The crane must lift cargo to a minimum clearance height of 5' above the vessel.
- Operator Certification: Crane operator must be NCCCO certified or equivalent.
- On-Site Duration: The crane will remain on-site for a minimum of 8 calendar days.
- Off-loading Operations: Expected to be 10 hours in duration (excluding travel) upon 24-hour notification.
- Compliance: Slings and lifting devices must adhere to ASME B30.9 and/or ASME B30.20.
- Government Furnished: The government will provide a 20' Tandemloc Autoloc Spreader and perform spotters during off-load operations.
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price)
- Set-Aside: Total Small Business (NAICS: 238990, Size Standard: $19,000,000.00)
- Period of Performance: May 4, 2026, to May 12, 2026.
- Offer Due Date: April 23, 2026, at 5:00 PM UTC.
- Published Date: April 17, 2026.
Evaluation
Award will be made to the responsible vendor whose quote is most advantageous to the government, based on a Best Value determination. Evaluation factors, in order of importance, are Price then Past Performance. The government may deem quotes unacceptable if option prices are significantly unbalanced. Vendors lacking recent or relevant past performance will receive a Neutral Confidence rating. The government reserves the right to award to other than the lowest-priced vendor or a vendor not receiving a Substantial Performance Confidence Rating if it represents the best value.
Special Instructions
Offerors must submit a lift plan with their quote. Provisions 52.212-1 and 52.212-2 have been tailored and must be reviewed. Contractor personnel require access to Joint Base Charleston and must submit to background checks. A Wage Determination (WD 15-4427 Rev 32) for South Carolina counties Berkeley, Charleston, and Dorchester applies to this Service Contract Act-covered requirement.