Skip to content
Department of Defense

Sources Sought for Commercial Cranes Maintenance and Repair Services BPA

Solicitation: W51H72-26-R0007
Notice ID: f02d3362dc9c42ffae0a1d2f83ad92aa
TypeSources SoughtNAICS 811310PSCJ030Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNCPostedFeb 18, 2026, 12:00 AM UTCDueFeb 26, 2026, 10:00 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Feb 26, 2026. Industry: NAICS 811310 • PSC J030.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 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 NC
Live POP
Place of performance
Fort Bragg, North Carolina • 28310 United States
State: NC
Contracting office
Fort Bragg, NC • 28310-0000 USA

Point of Contact

Name
Mikel Hernandez
Email
mikel.r.hernandeztrujillo.mil@army.mil
Phone
9103961078
Name
Cameron Wade
Email
cameron.r.wade.mil@army.mil
Phone
9109087156

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 419TH CSB • W6QM MICC FDO FT BRAGG
Contracting Office Address
Fort Bragg, NC
28310-0000 USA

More in NAICS 811310

Description

This is a Sources Sought for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.

This synopsis is for informational purposes only. This is not a request for quote (RFQ) or a promise to issue a future RFQ. It shall not be construed as a commitment by the Government to contract for any service. The U.S. Government is not seeking quotes at this time and will not accept unsolicited proposals in response to this synopsis. Responses in any form are not offers and the Government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Not responding to this announcement does not preclude participation in any future RFQ, if any is issued.

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.

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.

Estimated Maximum Value

The estimated maximum value for each call placed against this BPA is $250,000.00 over the life of the agreement. This is an estimate and not a guarantee of 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 8 contractors holding a BPA for Commercial Maintenance services. A list of interested vendors will be maintained.

The Contractor must be registered in Wide Area WorkFlow (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.

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.

  • Anticipated Solicitation Release Date: 27 February 2026
  • Questions Due Date: 6 March 2026
  • Proposal Closing Date & Time: March 13, 2026, 4:00 PM EST

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:

1) UEI Number

2) CAGE Code

3) Tax ID Number

4) POC’s name, physical address, email address, and telephone number

5) Website address

6) Small business size, socioeconomic categories, and type of ownership for the organization

7) Capability Statement

**Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

6.0 Primary Points of Contact

Contracting Officer: MAJ Mikel R. Hernandez

Contracting Specialist: SFC Cameron R. Wade

7.0 Attachment

  1. Commercial Crane Maintenance PWS

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.