Closed Solicitation · DEPT OF DEFENSE

    FY 26 MOBILE CRANE & OPERATOR SERVICES

    Sol. A058730Sources SoughtJOINT BASE CHARLESTON, SC
    Closed
    STATUS
    Closed
    closed Feb 11, 2026
    POSTED
    Feb 9, 2026
    Publication date
    NAICS CODE
    238990
    Primary industry classification
    PSC CODE
    2230
    Product & service classification

    AI Summary

    The Department of Defense is seeking contractors to provide mobile crane and operator services at Joint Base Charleston. This sources sought announcement is for market research purposes only, and responses will inform future acquisition decisions. Interested businesses should submit their capabilities and relevant information by February 11, 2026.

    Contract details

    Solicitation No.
    A058730
    Notice Type
    Sources Sought
    Posted Date
    February 9, 2026
    Response Deadline
    February 11, 2026
    NAICS Code
    238990AI guide
    PSC / Class Code
    2230
    Issuing Office
    FA4418 628 CONS PK
    Primary Contact
    TSgt Luke Jackson
    State
    SC
    ZIP Code
    29404-5021
    AI Product/Service
    service

    Description

    THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT.

    Joint Base Charleston – Air Base (AB) / Naval Weapons Station (NWS), located in Charleston, SC seeks a contractor to provide all labor, equipment, transportation, management, and supervision required to provide a land mobile crane, operator, and rigger(s) to assist off-loading vessel cargo at Joint Base Charleston – Naval Weapon Station, Goose Creek SC.

    The Crane Operator shall be National Commission for the Certification of Crane Operators (NCCCO) certified or equivalent for the size and type crane to be operated.

    The Contractor shall provide a land mobile crane with current inspection and/or in adherence to OSHA 1926 subpart CC, OSHA 1926.1412(f) and ASME B30.5. Slings and/or below the hook lifting devices if utilized shall adhere to ASME B30.9 and/or ASME B30.20 and shall be inclusive of the crane, counterweights, operator, rigger(s) needed for crane set up only. Government will furnish rigger(s). All required equipment shall meet the following requirements:

    Lifting Capability – 250 tons

    Maximum Diagonal Lifting Lug Measurement - 10.70 meters (35’2”)

    Highest Beginning Lifting Point –  +34’

    Lowest Beginning Lifting Point – -20’

    Vessel Height – 6.04 meters (20’)

    Vessel Width – 16.50 meters (54’)

    Vessel Length – 103.90 meters (341’)

    Maximum Lift Distance - 70’

    Maximum Cargo Weight – 52k

    The Contractor provided crane must be capable of lifting vessel cargo to a minimum clearance height of ___5’____ above the vessel.

    pon 24-hour notification to the Contractor, the Government will require delivery and pre-positioning of the crane and all necessary equipment at the designated location.  The crane shall remain at the designated location for a minimum of 7 calendar days.  Upon a separate 24-hour notification, the Contractor will provide the crane operator and personnel to perform off-loading requirements.  Off-loading performance is expected to be 12 hours in duration, not to include travel to the designated location.

    Contractor personnel requiring access to JB CHS shall submit to all applicable background checks prior to receiving a contractor’s pass/badge to accomplish work or enter the installation.

    The government will provide a 20’ Tandemloc Autoloc Spreader.  The government will also perform spotters during off-load operations.

    The Government is seeking responses from all qualified businesses. Those wishing to identify their capability to provide their aforementioned services should respond to this announcement via email to luke.jackson.us.af.mil and terry.harrelson.1@us.af.mil no later than Wednesday, 11 February 2026 at 5:00 PM Eastern Standard Time.

    Interested parties should provide the following information:

    (1) Company Name, Company Address, Point of Contact, Phone Number,

    Email Address, DUNS number, and CAGE Code.

    (2) Capability Statement and/or information you wish to provide about

    your business.

    (3) Three past performance references to which your business has provided similar

    Services to include the contract number and POC.

    (4) Your small business size representation for NAICS 238990 – All Other Specialty Trade Contractors (e.g., is your business small or large? If small, is your

    business VOSB, SDVOSB, WOSB, EDWOSB, HUBZone, 8(a), etc.?). The Size

    Standard for NAICS 238990 is $19M.

    (5) Do you believe this acquisition should be assigned a different NAICS

    other than 238990 – All Other Specialty Trade Contractors? If so, which one?

    (6) Do you believe this acquisition should be assigned a different PSC other

    Than 2230 - Right-Of-Way Construction and Maintenance Equipment, Railroad? If so, which one?

    Responses to this announcement shall be made via email to luke.jackson.us.af.mil and terry.harrelson.1@us.af.mil no later than Wednesday, 11 February 2026 at 5:00 PM Eastern Standard Time.

    Key dates

    1. February 9, 2026Posted Date
    2. February 11, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FY 26 MOBILE CRANE & OPERATOR SERVICES 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.