- 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
Combined Synopsis/Solicitation for Commercial Cranes Maintenance and Repair Services BPA
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Apr 24, 2026. Industry: NAICS 811310 • PSC J030.
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
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
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.
View more for this contract3 more WD matches and 20 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811310
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
This combined synopsis/solicitation is intended for the establishment of a Blanket Purchase Agreement (BPA) for crane maintenance services, prepared in accordance with the format in FAR 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.
The BPA does not obligate funds. Funds will be obligated at the time individual call orders are issued under the BPA. The Government intends to establish a BPA with one or more vendors whose quotes are determined to be technically acceptable and offer the best value to the Government in accordance with the evaluation criteria outlined in this solicitation.
This solicitation is issued as a Request for Quotation (RFQ) under solicitation number W51H7226QA007 The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS).
The Government reserves the right to make no award as a result of this solicitation. The Government is not responsible for any costs incurred by vendors in the preparation and submission of their quotes. All costs associated with responding to this solicitation will be solely at the vendor's expense.
The 419th Contracting Support Brigade HQ at Fort Bragg, NC intends to award a Multiple-Award Blanket Purchase Agreement (BPA) to provide commercial crane maintenance, in support of the 18th Field Artillery Brigade Headquarters in Fort Bragg, NC 28310.
The Government is seeking periodic maintenance services (Testing, Diagnostics, Maintenance and Repairs) for commercial cranes (Hiab, Oshkosh and Grove). The scope of work will be determined by the specifics on each BPA Call. Services may be related to the equipment or individual components of the equipment/crane.
Testing: Provide testing as determined by BPA Call.
Diagnostics: Provide diagnostics capabilities as requested and determined by Task Order/Call. Diagnostic equipment must be OEM manufacturer authorized and approved. Diagnostic software must be current to OEM standards. The contractor technician conducting diagnostics shall be certified by the OEM manufacturer. Diagnostics will be performed at the specified maintenance facility.
Maintenance: Provide maintenance capabilities as requested and determined by Task Order/Call. Maintenance of equipment must be OEM manufacturer authorized and approved. The contractor technician conducting maintenance shall be certified by the OEM manufacturer. Maintenance will be performed at the specified maintenance facility.
Repair: Provide repair services as determined by Task Order/Call. All repairs shall be completed by an OEM certified repair facility to OEM standards in accordance with OEM repair and service manuals. Repairs will be performed at the specified maintenance facility.
The Government anticipates a Period of Performance of one (1) twelve-month base year, with four (4) twelve-month option periods.
All services offered must meet the requirements stated in the Performance Work Statement. See Attachment 1 – Performance Work Statement (PWS) for requirement details.
Period of Performance:
The estimated period of performance is 18 May 2026 – 17 May 2031.
Base Period: 18 May 2026 - 17 May 2027
OPT Period 1: 18 May 2027 - 17 May 2028
OPT Period 2: 18 May 2028 - 17 May 2029
OPT Period 3: 18 May 2029 - 17 May 2030
OPT Period 4: 18 May 2030 - 17 May 2031
2.0 Set-Aside Status
The Market research has concluded that a reasonable expectation of receiving offers from two or more responsible small business concerns exists. Therefore, in accordance with FAR Part 19, this acquisition is issued as a 100% Total Small Business Set-Aside. All offerors must be certified as a Small Business under NAICS code 811310 to be eligible for award.
3.0 Estimated Maximum Value
The estimated maximum total value for all call orders issued under this BPA is $250,000.00 for the twelve-month base period. If option years are exercised, the same maximum value of $250,000.00 will apply to each subsequent option year. Please note that this is an estimate and does not guarantee the issuance of any orders.
When establishing these BPAs, the Government will consider price and socio-economic status. BPAs will be evaluated annually and may remain in place for up to five (5) years. Annual review of BPAs will be performed to determine whether the Government is receiving fair and reasonable pricing, usage, and participation, which may result in either continuing the BPA or early discontinuation. Early discontinuation may result if the Government no longer has a requirement for the general construction services provided by the Contractor. The 419th CSB anticipates a maximum of eight (8) contractors holding a BPA for Commercial Crane Maintenance services. A list of interested vendors will be maintained.
The Contractor must be registered in Wide Area Work Flow (WAWF) for contract payment. To register and access WAWF, go to https://piee.eb.mil/. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 811310. Representations and Certifications must also be on record. SAM registration is free and done through the website at https://www.sam.gov.
4.0 Solicitation and Submission Information
The full Request for Quotation (RFQ) package, including the final Performance Work Statement (PWS), proposal submission instructions, and evaluation criteria, will be posted on the System for Award Management (SAM.gov) website at https://www.sam.gov. It is the responsibility of the offeror to monitor this website for any amendments to the solicitation.
- Solicitation Release Date: 3 April 2026
- Questions Due Date: 17 April 2026
- Proposal Closing Date & Time: 24 April 2026, 4:00 PM EDT
5.0 Instructions to Interested Parties:
If your small business organization has the potential capacity to perform these commercial maintenance services and is interested in being considered for inclusion in this commercial crane maintenance services BPA, respond electronically to the point of contact information below. Responses must reference “FY26-FY31 18 FA BDE Commercial Crane Maintenance Services BPA at Fort Bragg” in the subject field, be in Portable Document Format (PDF), submitted electronically to MAJ Mikel R. Hernandez mikel.r.hernandeztrujillo.mil@army.mil, with a courtesy copy to SFC Cameron R. Wade cameron.r.wade.mil@army.mil and include the following:
5.1 Vendor Information
a. Company Name: Legal name of the business.
b. Address: Physical and mailing address.
c. Point of Contact (POC): Name, phone number, and email address of the individual responsible for the proposal.
d. UEI Number
e. CAGE Code
f. Tax ID Number (TIN)
g. Website address
h. Small business size, socioeconomic categories, and type of ownership for the organization
5.2 Technical Capability
a. Experience and Past Performance:
-
- A summary of experience in crane maintenance services.
- Examples of past contracts or projects, including customer names, contract numbers, and performance dates.
- References from previous clients, if possible.
b. Capabilities Statement:
-
- Description of the company's ability to perform the required crane maintenance services.
- Information on the ability to provide emergency or on-call maintenance services.
c. Certifications and Licenses:
-
- Proof of certifications required for crane maintenance (e.g., OSHA compliance, ANSI standards, manufacturer-specific certifications).
5.3 Personnel Qualifications
a. Qualifications of Key Personnel:
-
- Information on the qualifications, certifications, and experience of technicians who will perform the maintenance.
b. Training Records:
-
- Evidence of training in crane safety, maintenance procedures, and compliance with applicable regulations.
5.4 Pricing Information
a. Rate Schedule:
-
- Hourly labor rates for maintenance services.
- Rates for emergency or after-hours services.
- Pricing for parts, materials, and equipment.
b. Discounts:
-
- Any volume or prompt payment discounts offered.
5.5 Quality Assurance and Safety
a. Quality Control Plan:
-
- Description of the quality assurance processes to ensure high-quality maintenance services.
b. Safety Plan:
-
- Details on compliance with safety regulations and its supervision (e.g., OSHA standards).
- Procedures for handling hazardous materials or situations.
5.6 Compliance with Solicitation Requirements
a. Acknowledgment of Solicitation Terms:
-
- Confirmation on reading and agreeing to comply with the terms and conditions of the solicitation.
b. SAM Registration:
-
- Proof of active registration in the System for Award Management (SAM).
c. Small Business Status:
-
- Qualification as a small business under NAICS codes relevant to crane maintenance services.
d. Insurance Coverage:
-
- Proof of liability insurance, and workers' compensation.
5.7 Additional Information
a. Capabilities for Emergency Services:
-
- Description of the ability to respond to urgent or emergency maintenance requests.
6.0 The response to this solicitation must be submitted as a Portable Document Format (PDF) not exceeding five (5) pages in length, using a minimum font size of 12. All submissions are due no later than 4:00 PM Eastern Daylight Time (EDT) on 24 April 2026.
**Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
7.0 Primary Points of Contact
Contracting Officer: MAJ Mikel R. Hernandez
Contracting Specialist: SFC Cameron R. Wade
8.0 Attachment
- Commercial Crane Maintenance PWS
- Combined Synopsis Document
- Evaluation criteria
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.