Skip to content
Department of Defense

FY 26 Barge Crane & Operator Rental

Solicitation: A058729
Notice ID: 56eb726c043d41ba83e01549e7698f94

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Feb 11, 2026. Industry: NAICS 238990 • PSC 1935.

Market snapshot

Awarded-market signal for NAICS 238990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$8,702,175
Sector total $33,099,079,469 • Share 0.0%
Live
Median
$76,668
P10–P90
$36,374$1,828,509
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-5%(-$201,033)
Deal sizing
$76,668 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for SC
Live POP
Place of performance
Charleston AFB, South Carolina • 29404 United States
State: SC
Contracting office
Joint Base Charleston, SC • 29404-5021 USA

Point of Contact

Name
TSgt Luke Jackson
Email
luke.jackson@us.af.mil
Phone
8439635174
Name
Terry Harrelson
Email
terry.harrelson.1@us.af.mil
Phone
843965156

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR MOBILITY COMMAND
Office
FA4418 628 CONS PK
Contracting Office Address
Joint Base Charleston, SC
29404-5021 USA

More in NAICS 238990

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 barge crane, operator, barges, rigger(s), and maneuvering vessel (tug) to perform off-loading vessel hatches, and vessel cargo if required, at Joint Base Charleston – Naval Weapon Station, Goose Creek SC.

The Barge Crane Operator shall be certified for the size and type crane to be operated.

The Contractor shall provide a barge crane and rigging gear with a current inspection and comply with ASME B30.8, ASME B30.9, ASME B30.20 OSHA 1926 subpart CC, and 29 CFR 1917 standards as applicable inclusive of the barge crane, counterweights, operator, rigger(s), rigging, and all required equipment to meet the following requirements:

Lifting Capability – Appropriate to the following requirements:

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

Highest Beginning Lifting Point –  +34’

Lowest Beginning Lifting Point – -20’

Vessel Height – 6.75 meters (23’)

Vessel Width – 17.25 meters (57’)

Vessel Length – 103.92 meters (341’)

Maximum Lift Distance – 60’

Maximum Cargo Weight – 99,495lbs

Hold 2 Hatch Cover

Length:  6.825 meters (22’5”)

Width: 9.2 meters (30’3”)

Weight: 28.08 metric tons (61,905lbs)

Hatch Cover Lifting Lug Diagonal Measurement:  9.43 meters (30’11”)

Aft Tween Deck

Dimension:  8.40 x 3.26 meters (27’6” x 10’7”)

Weight:  14.48 metric tons (31,923lbs)

Fwd Tween Deck

8.40 X3.26 meters (27’6” x 10’7”)

Weight:  14.48 metric tons (31,923lbs)

Hold 3 Hatch Cover

Length: 10.825 meters (33’9”)

Width:  9.2 meters (30’3”)

Weight:  45.13 metric tons (99,495lbs)

Hatch Cover Lifting Lug Diagonal Measurement:  12.32 meters (40’4”)

AFT Tween Deck

Dimension:  8.40 x 3.26 meters (27’6” x 10’7”)

Weight:  15.02 metric tons (33,114lbs)

Mid Tween Deck

Dimension:  8.40 x 3.26 meters (27’6” x 10’7”)

Weight:  15.02 metric tons (33,114lbs)

Fwd Tween Deck

Dimension:  8.40 x 3.26 meters (27’6” x 10’7”)

Weight:  15.02 metric tons (33,114lbs)

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

Upon 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 10 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 maximum in duration, not to include travel to the designated location.

The contractor shall provide sufficient barges or decks space for hatch cover(s) and cargo off-load, if required.  If required to perform cargo offload the contractor shall place 20’ ISO container onto contractor provided barge and maneuver the off-load barge(s) and barge crane aft of the cargo vessel and off-load cargo from transport barge(s) to transport vehicle(s) located on the pier.  Cargo containers will be no larger than (describe height/width/depth).

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 provide spotters and riggers pier side 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 1935 – Barges and Lighters, Special Purpose? 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.