Closed Solicitation · DEPT OF DEFENSE

    CRANES AND HOIST

    Sol. FA449725Q0031Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)DOVER AFB, DE
    Closed
    STATUS
    Closed
    closed Aug 12, 2025
    POSTED
    Jul 22, 2025
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J039
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for crane and hoist maintenance and inspection services at Dover Air Force Base. The solicitation includes multiple amendments and a site visit scheduled for July 29, 2025. Interested vendors must submit employee information for site access by July 28, 2025. Quotes are due by August 12, 2025.

    Contract details

    Solicitation No.
    FA449725Q0031
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 22, 2025
    Response Deadline
    August 12, 2025
    NAICS Code
    811310AI guide
    PSC / Class Code
    J039
    Issuing Office
    FA4497 436 CONS LGC
    Primary Contact
    Daniel Kim
    State
    DE
    ZIP Code
    19902-5639
    AI Product/Service
    service

    Description

    Amendment 0001: This is an amendment to state Attachment 2 - Quote Schedule has been revised to reflect the proper description. 

    Amendment 0002: This is an amendment to clarify the numbers found in the PWS Appendix C, Column 4. 

    Regarding the numbers in Appendix C, Column 4, the number listed is the number of the crane/ hoist. To clarify, it is not the total amount but the number specific for that crane/hoist.

    Amendment 0003: This is an amendment to state Attachment 2 - Quote Schedule has been revised to reflect the proper categories.

    Amendment 0004: This is an amendment to notify all interested vendors that a site visit will be conducted at DAFB on 29 July 2025 at 9:00AM EST. The site visit will consist of going to the areas where the cranes and hoists that require maintenance and certification are held. All interested vendors are required to meet at DAFB Commercial Gate. Send the following information for each employee (Name, SSN, DOB, Driver’s License #) to Daniel Kim at daniel.kim.55@us.af.mil and CC Jordon Bongcayao at jordon.bongcayao@us.af.mil by 28 July 2025 10:00AM EST.

    This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued.


    Description: Dover Air Force Base has a requirement for Cranes and Hoist in accordance with Attachment 1 –Performance Work Statement to be delivered by 01 October 2025. See Attachment 1- Performance of Work Statement for a list of items.

    Place of Delivery/Performance/Acceptance/FOB Point:
    F.O.B. Destination: Dover, AFB DE 19962 (exact customer address will be provided in the resulting contract) 

    0001    Cranes & Hoist Quarterly Inspection TWCF Base   156    EA
    0002    Cranes & Hoists Quarterly Inspection O&M Base    76    EA
    0003    Annual Load & NDI Test (TWCF)  Base Year    39    EA
    0004    Annual Load & NDI Test O&M Base Year    19    EA
    0005    Normal Hourly Rate for Repairs TWCF Base Year    75    HR
    0006    Normal Hourly Rate for Repairs O&M Base Year    75    HR
    0007    Emergency Hourly Rate for Repairs TWCF Facilities    25    HR
    0008    Emergency Hourly Rate for Repairs O&M Base Year    25     HR
    0009    Materials for repairs TWCF Facilities Base Year    1    Lot
    0010    Materials for repairs O&M Facilities Base Year    1    Lot
    1001    Cranes & Hoist Quarterly Inspection TWCF Base OY1     156    EA
    1002    Cranes & Hoists Quarterly Inspection O&M Base OY1    76    EA
    1003    Annual Load & NDI Test (TWCF)  Base Year OY1    39    EA
    1004    Annual Load & NDI Test O&M Base Year OY1    19    EA
    1005    Normal Hourly Rate for Repairs TWCF Base Year OY1    75    HR
    1006    Normal Hourly Rate for Repairs O&M Base Year OY1    75    HR
    1007    Emergency Hourly Rate for Repairs TWCF Facilities OY1    25    HR
    1008    Emergency Hourly Rate for Repairs O&M Base Year OY1    25     HR
    1009    Materials for repairs TWCF Facilities Base Year OY1    1    Lot
    1010    Materials for repairs O&M Facilities Base Year OY1    1    Lot
    2001    Cranes & Hoist Quarterly Inspection TWCF Base OY2     156    EA
    2002    Cranes & Hoists Quarterly Inspection O&M Base OY2    76    EA
    2003    Annual Load & NDI Test (TWCF)  Base Year OY2    39    EA
    2004    Annual Load & NDI Test O&M Base Year OY2    19    EA
    2005    Normal Hourly Rate for Repairs TWCF Base Year OY2    75    HR
    2006    Normal Hourly Rate for Repairs O&M Base Year OY2    75    HR
    2007    Emergency Hourly Rate for Repairs TWCF Facilities OY2    25    HR
    2008    Emergency Hourly Rate for Repairs O&M Base Year OY2    25     HR
    2009    Materials for repairs TWCF Facilities Base Year OY2    1    Lot
    2010    Materials for repairs O&M Facilities Base Year OY2    1    Lot
    3001    Cranes & Hoist Quarterly Inspection TWCF Base OY3     156    EA
    3002    Cranes & Hoists Quarterly Inspection O&M Base OY3    76    EA
    3003    Annual Load & NDI Test (TWCF)  Base Year OY3    39    EA
    3004    Annual Load & NDI Test O&M Base Year OY3    19    EA
    3005    Normal Hourly Rate for Repairs TWCF Base Year OY3    75    HR
    3006    Normal Hourly Rate for Repairs O&M Base Year OY3    75    HR
    3007    Emergency Hourly Rate for Repairs TWCF Facilities OY3    25    HR
    3008    Emergency Hourly Rate for Repairs O&M Base Year OY3    25     HR
    3009    Materials for repairs TWCF Facilities Base Year OY3    1    Lot
    3010    Materials for repairs O&M Facilities Base Year OY3     1    Lot
    4001    Cranes & Hoist Quarterly Inspection TWCF Base OY4     156    EA
    4002    Cranes & Hoists Quarterly Inspection O&M Base OY4    76    EA
    4003    Annual Load & NDI Test (TWCF)  Base Year OY4    39    EA
    4004    Annual Load & NDI Test O&M Base Year OY4    19    EA
    4005    Normal Hourly Rate for Repairs TWCF Base Year OY4    75    HR
    4006    Normal Hourly Rate for Repairs O&M Base Year OY4    75    HR
    4007    Emergency Hourly Rate for Repairs TWCF Facilities OY4    25    HR
    4008    Emergency Hourly Rate for Repairs O&M Base Year OY4    25     HR
    4009    Materials for repairs TWCF Facilities Base Year OY4    1    Lot
    4010    Materials for repairs O&M Facilities Base Year OY4    1    Lot
     

    FAR provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(b)(1), FAR provision 52.212-1 found within Attachment 5 – 52.212-1 Addendum, has been tailored for this requirement and should be referenced along with the following instructions when submitting a quote.

     
    1.    Simplified Acquisition Procedures will be used in accordance with (IAW) FAR part 13 and FAR subpart 13.5 in awarding this contract. The Government intends to award a Firm-Fixed-Price (FFP) contract to satisfy this requirement. This requirement is being solicited as a Request for Quotation (RFQ); submission of a quote does not guarantee receipt of award.

    2.    Questions may be submitted to the points of contact below, no later than 25 Jul 2025; no later than 12:00 P.M. EDT. Questions submitted after this date and time may not be answered.

    3.    Site Visit : There will not be site visit unless specifically requested. If a site visit is requested, the meeting place will be 442 13th St, Dover AFB, DE 19902

    •    Base Access: Dover AFB is not an open base and you must have a valid ID for both yourself and your vehicle to access the base. Anyone who does not have the necessary identification to enter the base must make arrangements with the contracting office to be signed onto the base. Please submit your name, organization, state and number of their valid driver’s license, and date of birth to Daniel Kim at daniel.kim.55@us.af.mil and Jordon Bongcayao at jordon.bongcayao.1@us.af.mil no later than 1 Aug 2025 by 12:00PM EST. Attendees requiring escorted base access will meet at the Dover AFB Pass and Registration office located at the Visitor’s Center at 331 Main Gate Way 45 minutes prior to the scheduled meeting. A member of the contracting office will be present to escort attendee’s to the site visit location. 

    4.    Quoters must use Attachment 2- Quote Schedule to submit their prices and technical capability. Company information must be included. Quotes in response to this solicitation must be submitted via email to the point of contact(s) above.

    5.    Submission of Offers. Quotes will only be accepted electronically. Contractor(s) is responsible for submitting a Quote in response to this solicitation. The subject line of the email shall contain the solicitation number (FA449725Q0031) and your
    company name. If it is necessary to send more than one email, the subject line of the email shall contain the solicitation
    number, the company name the sequential order of the email, and the total of emails to be received. For example, a Quoter
    who would be sending two emails in response to the request for Quote would have the following subject lines:

    FA449725Q0031, Your Company Name, Email 1 of 2
    FA449725Q0031, Your Company Name, Email 2 of 2

    It is the responsibility of the quoter to ensure the Quote, and all required attachments are received by all the above email
    addresses prior to the close date and time of the solicitation. Amendments must be acknowledged in writing, or the Quote
    may be ineligible for evaluation and award. It is the Quoter's responsibility to check SAM.gov for amendments issued against
    this solicitation and respond; accordingly, otherwise, Quotes will not be accepted.

    6.    For a quote to be eligible for award, the quoter must have a current registration in the System for Award Management (SAM): https://www.sam.gov, prior to submitting a quote, IAW FAR 4.1102. SAM will be checked to verify the quoter's status before any evaluation is conducted. In accordance with FAR 9.1 prospective quoters must be determined responsible prior to award.

    7.    FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. Offeror shall identify the applicable paragraphs by completing the fill-ins required per the aforementioned instructions within Attachment 3- Provisions and Clauses.

    8.    Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The additional FAR clauses cited in the clause are identified in Attachment 3-Provisions and Clauses as applicable to the acquisition.

    9.    Quoters are required to meet all material solicitation requirements, such as terms and conditions, representations and certifications, deliverables, Performance Work Statement (PWS), etc. Failure to comply with the terms and conditions of the solicitation may result in the Quoter being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable, and the quote, therefore, ineligible for award. 

    10. The terms and processes used in this acquisition are not subject to the definitions nor processes found in FAR subpart 15.3, even if defined or described in FAR part 15. Reference to offers, offerors, or proposals in this acquisition shall be read as quotations, vendors, quoters, or quotes. Any clerical errors in this solicitation, to include the attachments, that use the source selection nomenclature in FAR part 15 shall be read and interpreted in a manner consistent with FAR part 13. Examples of nomenclature found in FAR part 15 include: Request for Proposals (RFP), De-briefing, Discussions, Clarifications, etc. Unless otherwise defined in this solicitation, or in the specific FAR part being referenced, definitions of words retain their definition under FAR 2.101, unless no definition is provided, in which the common dictionary meaning shall be used IAW FAR 1.108(a). 

    FAR Provision 52.212-2, Evaluation – Commercial Products and Commercial Services, applies to this acquisition. As
    prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language
    therein:

    The Government intends to award a Firm-Fixed Price contract resulting from this solicitation to the responsible quoter whose
    quote conforms to the solicitation; is most advantageous to the Government, price and other factors considered; and provides the
    best value to the Government in accordance with FAR 13.106-1(a)(2)(ii) and FAR 2.101. There is no ranking or assigned
    importance to evaluation factor IAW FAR 13.106-1(a)(2)(iii). The use of FAR 15.3 and DoD Source Selection Procedures are
    not applicable to this solicitation, or any award resulting from this solicitation. The following factors shall be used to evaluate
    quotes: Quality (technical capability) and Price.

    Quality and Price are approximately equal.

    Basis for contract award:

    This is a competitive selection in which the competing quoters will be evaluated on best value. The Government expects to
    award one (1) firm-fixed price requirements contract as a result of this solicitation. The US Government will make an award to
    the responsible (IAW the Federal Acquisition Regulation [FAR]) contractor whose offer conforms to the solicitation and are
    determined to be the most advantageous to the Government considering price and non-price factors. The solicitation
    requirements include all stated terms, conditions, representations, certifications, and other information required by 52.212-1 of
    this solicitation.

    Evaluation Approach:

    All quotations will be evaluated for responsiveness. Responsiveness is determined by verifying compliance with FAR 52.212-1
    and information contained within this RFQ.
    All responsive quotations will be ranked, by price, from the lowest to the highest Total Evaluated Price (TEP). A Quoter’s TEP
    is depicted in Attachment 2, Quote Schedule. The TEP is comprised of the total contract value (base and all options) plus the 6-
    month option available at FAR 52.217-8, Option to Extend Services. Pricing for FAR 52.217-8 is determined by taking the
    average “amount” of the base and four (4) options and dividing by two (2).

    The solicitation and subsequent award for this acquisition contains the clause at FAR 52.217-8, Option to Extend Services. This
    option to extend the contract term is evaluated as part of the initial evaluation, so that any resultant exercise of this option is
    within scope of the pending contract. The inclusion of this clause provides up to six (6) months of continued performance when
    it is in the Government’s best interest to continue performance after the end of any option period. If conditions warrant the exercise of this option, the price(s) for the continued performance under this clause shall be at the same
    price(s) as the prior performance period.

    Technical evaluations will start with the lowest TEP quotation and continue until two (2) Quoters are determined to be
    technically acceptable, or until all Quoters have been evaluated. 

    The Government will make a determination of price fair and reasonable

    Factor 1: Technical Capability

    Technical capability will be evaluated using two (2) subfactors, a technical approach/plan and certifications and qualifications. Both will be evaluated for being Acceptable or Unacceptable. All subfactors must be technically acceptable to be eligible for the award. Technical Capability will be evaluated and rating utilizing the following definitions: 

    Acceptable:    Quote meets the requirements of the solicitation
    Unacceptable:    Quote does not meet the requirements of the solicitation

    Subfactor 1: Technical Approach/Plan: Shall clearly explain how the quoter intends
    to ensure successful contract performance IAW the PWS. Technical approach/ Quotes shall not simply rephrase or restate the
    PWS or contain general statements such as "Standard procedures will be employed". Quotes shall provide convincing rationale
    addressing how the technical portion of the Quote meets solicitation requirements. Five (5) page maximum. 

    Subfactor 2: Certifications and Qualifications: Certificates for each employee who will work on Dover AFB cranes and hoists, showing that they have successfully completed an industry recognized crane and hoist certification course (OSHA, ANSI & NCCCO) and a resume for each employee, verifying and detailing that they are competent, qualified and experienced journeyman mechanics in the trade and that they have a minimum of two (2) years continuous crane and hoist repair, test and certification. Certifications and Qualifications will be reviewed to determine expertise and capability to meet the requirements of this contract. These will be deemed acceptable if found to be within scope of the contract requirements, otherwise they will be considered unacceptable. No page limit.

    Factor 2: PRICE 

    Price will be evaluated as follows:
    Completeness:
    Upon receipt of quotes, the contracting officer will screen quotes to ensure they are complete, and all required information and pricing are present. This will be done quickly, and in the most minimally burdensome fashion, as determined by the contracting officer.


    Price Reasonableness:
    The proposed prices will be evaluated for reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is based on competitive quotations, as outlined in FAR 13.106-3(a)(1), but price reasonableness may also be determined through price analysis techniques, as described in FAR 13.106-3.

    Total Evaluated Price: 
    Only the total evaluated price (TEP) submitted in the quote will be evaluated; this includes the total CLIN pricing for the basic year and all option years listed in listed in Attachment 2- Quote Schedule.  The total proposed price for all options will be added to the total proposed price for the basic requirement as part of the TEP calculation. TEP will be used for evaluation purposes only. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 


    Attachment 1 – Performance Work Statement
    Attachment 2 – Quote Schedule
    Attachment 3 – Provisions and Clauses 
    Attachment 4 - Wage Determination
    Attachment 5 – 52.212-1 Addendum
     

    Key dates

    1. July 22, 2025Posted Date
    2. August 12, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CRANES AND HOIST is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.