- 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
Cranes and Hoists Maintenance and Repair
Federal opportunity from DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 02, 2026.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
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.
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.