Skip to content
Department of Defense

Cranes and Hoists Maintenance and Repair

Solicitation: FA860126R0002
Notice ID: 96ab1ecc94151927abef7c55f3b84f6b
DepartmentDepartment of DefenseStateOHPostedMar 03, 2026, 12:00 AM UTCDueApr 02, 2026, 12:00 AM UTCCloses in 29 days

Federal opportunity from DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 02, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA860126R0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this department (last 12 months).

12-month awarded value
$5,898,078,126,641
Sector total $5,898,078,126,641 • Share 100.0%
Live
Median
$139,275
P10–P90
$33,339$838,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+79338%($5,882,762,340,228)
Deal sizing
$139,275 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 official portal →
Live POP
Place of performance
OH, US
State: US
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 02, 2026
Ohio • Mercer
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $37.00 • Fringe: $28.27
BRICK POINTER/CAULKER/CLEANER
Base: $33.30 • Fringe: $18.28
SOFT FLOOR LAYER
Base: $30.25 • Fringe: $25.16
Match signal: state match
Published Jan 02, 2026
Ohio • Fairfield
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $35.23 • Fringe: $23.04
BRICKLAYER
Base: $33.24 • Fringe: $19.62
TILE FINISHER
Base: $28.31 • Fringe: $10.45
Match signal: state match
Published Jan 02, 2026
Ohio • Tuscarawas
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $46.50 • Fringe: $29.43
BRICKLAYER
Base: $35.59 • Fringe: $22.71
TILE FINISHER
Base: $27.87 • Fringe: $16.31
Match signal: state match
Published Jan 02, 2026
Ohio • Allen
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $35.23 • Fringe: $23.04
TILE FINISHER
Base: $24.87 • Fringe: $10.66
TILE SETTER
Base: $29.69 • Fringe: $16.58
Match signal: state match

Point of Contact

Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

This is a combined synopsis/solicitation (“synopsitation” hereafter), which is expected to result in award of a Firm Fixed Price contract for commercial items, Cranes and Hoists Maintenance and Repair, as described in the Performance Work Statement (attachment 3). The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of “Acceptable” on the Technical Capability evaluation factor (attachment 2); and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number: FA860126R0002NAICS Code: 811310 Small Business Size Standard: $12,500,000.00Set-Aside: 100% Small Business Set AsideSynopsitation Closing Date: 1:00pm EDT, 2 April 2026Submit electronic proposals via e-mail to: matthew.bigelow.1@us.af.milAny correspondence sent via e-mail must contain the subject line “Synopsitation FA860126R0002.” The entire proposal must be contained in a single e-mail that does not exceed 15 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Matthew Bigelow via e-mail at matthew.bigelow.1@us.af.milA detailed description of the requirement including a draft contract with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals,an explanation of how proposals will be evaluated, performance work statement, and wage determinations, are pvovided in the attached documents. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.

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.