Loading...
N4008526R0142
Response Deadline
May 29, 2026, 3:00 PM(EDT)29 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
1. DESCRIPTION. The Contractor shall provide all labor, equipment, supplies, transportation and supervision for Mobile Crane Services (crane rental with operator(s)) to support weight handling requirements for ship loading of ordnance (ammunition) materials, port service operations and other public works type operations for Naval Weapons Station Earle locations in Leonardo and Colts Neck, New Jersey. Award will be by an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price type contract consisting of a base period of 12-months beginning on 01 July 2026, with four 12-month option periods, if exercised. The NAICS Code assigned to this procurement is 238990 with a small business size standard of $19,000,000.00. This requirement is 100% set aside for Small Business. OFFERORS MUST CONFIRM THEY WILL BE ABLE TO SUCCESSFULLY PROVIDE THESE CRANE RENTAL SERVICES WITH OPERATOR WITHIN 24 HOURS OF REQUEST.
2. Contractors must submit a price for the base period and all option periods. All Exhibit Line-Item Numbers (ELIN) contained in Attachment J-0200000-8 Blank ELINs BSVE must be completed. Any prices omitted will be considered non-responsive. Failure to do so will render the quotation non-responsive and ineligible for any subsequent award. In addition, Contractors must submit a written response to Specification Items Numbers 3.1 and 3.3, Questions for Base Support Vehicles and Equipment (BSVE), Attachment 007, 1700000 M BSVE. Failure to do so will render the quotation non-responsive and ineligible for any subsequent award. Quotes shall be valid for 60 days after Offeror due date. OFFERORS MUST CONFIRM THEY WILL BE ABLE TO SUCCESSFULLY PROVIDE THESE CRANE RENTAL SERVICES WITH OPERATOR WITHIN 24 HOURS OF REQUEST.
3. This solicitation is being issued under FAR Part 12--ACQUISITION OF COMMERCIAL ITEMS. Award shall be made to the conforming technically acceptable, responsive (all data submitted), responsible Offeror providing the lowest aggregate total dollar amount for Contract Line-Item Numbers 0001 through 0005 and the accompanying ELINs in Attachment J-0200000-08. All certifications and representations that are included in this solicitation must be included with your offer package. Please see complete Basis of Award in Section M of the solicitation.
4. All questions shall be submitted by 15 May 2026 11:00 EST in writing and emailed to: james.j.martin3.civ@us.navy.mil. Questions must contain the solicitation number and the name of the company.
5. Offerors are highly encouraged to attend the site visit, which is scheduled for 11 May 2026 at 10:00AM EST. Contractors shall meet at the Visitor Control Center, Main-Side Gate, located on Route 34, Colts Neck, New Jersey. If you plan to attend the site visit, you must notify Mr. Nelson Jusino by email to nelson.r.jusino.civ@us.navy.mil. Notifications must be received by Mr. Jusino no later than 10:00AM EST on 06 May 2026. If you do not respond to this site visit notification in time, you will be turned away at the station's main gate. Your email must contain the names of ALL personnel attending. For those visitors that do not already have a valid station pass, ALL personnel attending must be U.S. citizens, have a valid driver's license, vehicle registration, and insurance documentation to gain access to the station. Please allow sufficient time to be processed through the security gate and ID officer prior to the site visit. The site visit will start promptly at 10:00AM EST.
6. Quotes must be electronically delivered to James Martin, Contract Specialist, james.j.martin3.civ@us.navy.mil by 11:00AM EST on 29 May 2026. Any quote submitted after this date and time shall be considered nonresponsive and ineligible for any subsequent award. Quotes shall include a signed Standard Form 1449 with a completed Schedule, Attachment 007 1700000 M BSVE, Attachment J-0200000-08 ELINs, and completed Representations and Certifications (see SF 1449 Continuation Sheet fillable FAR clauses Incorporated by Full Text). The System for Award Management (SAM) On-line Representations and Certifications for FAR & DFARS shall also be up to date. Offerors responses must be in full compliance with the instructions contained in this solicitation. It is the responsibility of the Offeror to ensure the Government receives the submitted proposal by the due date/time.
7. SOLICITATION AMENDMENTS MUST BE ACKNOWLEDGED BY SIGNING AND RETURNING TO THIS OFFICE
ONE (1) COPY OF EACH AMENDMENT ISSUED. ACKNOWLEDGED AMENDMENTS MUST BE RECEIVED WITH YOUR QUOTE. FAILURE TO ACKNOWLEDGE AN AMENDMENT MAY BE CAUSE FOR REJECTION OF YOUR QUOTE.
8. Contractors may experience delays at the gates when entering and/or exiting the installation. The Government shall not compensate for any such delays. All vehicles are subject to search upon entry, exit and while on the installation. Refusal to comply with a DoD police request to search a vehicle will result in denial of access to the installation and may result in criminal prosecution.
9. The following document sections and attachments are a part of this solicitation and shall be incorporated into any resultant contract award. Standard Form (SF) 1449 - Solicitation/Contract/Order for Commercial Items (Schedule and Representations & Certifications to completed and submitted with quote.)
List of Documents, Exhibits and Other Attachments:
Attachment 001 0100000 C General Information
Attachment 002 0200000 C Management and Administration Attachment 003 1700000 C BSVE
Attachment 004 1700000 F BSVE
Attachment 005 0200000 F Management and Administration
Attachment 006 1700000 Functional Assessment Plan
Attachment 007 1700000 M BSVE (to be completed and submitted with proposal)
Attachment 008 0200000 J Management and Administration
J-0200000-01 Definitions and Acronyms
J-0200000-02 Wage Determinations
J-0200000-03 Directives, Instructions, and References
J-0200000-04 Invoice Form
J-0200000-05 Forms
J-0200000-06 Installation Spill Prevention, Control, and Countermeasure Plan
J-0200000-07 Contractor Hazardous Material Inventory Log
J-0200000-08 Exhibit Line-Item Numbers (to be completed and submitted in Excel format with proposal)
Attachment 009 1700000 Other Documents, Exhibits and Other Attachments
J-1700000-01 Definitions and Acronyms
J-1700000-02 Forms
J-1700000-02 Certification of Compliance
J-1700000-02 Contractor Crane /WHE Pre-Entry Checklist
J-1700000-02 Contractor Crane /WHE Entry Package Checklist
J-1700000-02 Contractor Crane or Rigging Operation Checklist
J-1700000-02 Contractor Crane /WHE Operating Permit
J-1700000-02 Routine or Critical Lift Plan Detail
J-1700000-02 Contractor Crane /WHE Non-Operational Permit
J-1700000-03 References and Technical Documents
J-1700000-04(a), 04(b), and 04(c) Certification of Load Test and Condition Inspection
J-1700000-05 Maintenance Inspection Specification and Record for Category 1 & 4 cranes
J-1700000-06 Crane Operator’s Daily Checklist
10. This solicitation and the resulting contract is subject to Federal Acquisition Regulations (FAR) Subpart 42.15 Contractor Performance Information.
42.1501 General.
(a) Past performance information (including the ratings and supporting narratives) is relevant information, for future source selection purposes, regarding a contractor's actions under previously awarded contracts or orders. It includes, for example, the contractor's record of:
(1) Conforming to requirements and to standards of good workmanship;
(2) Forecasting and controlling costs;
(3) Adherence to schedules, including the administrative aspects of performance;
(4) Reasonable and cooperative behavior and commitment to customer satisfaction;
(5) Complying with the requirements of the small business subcontracting plan (see 19.705-7(b));
(6) Reporting into databases (see subpart 4.14, and reporting requirements in the solicitation provisions and clauses referenced in 9.104-7);
(7) Integrity and business ethics; and
(8) Business-like concern for the interest of the customer.
(b) Agencies shall monitor their compliance with the past performance evaluation requirements (see 42.1502) and use the Contractor Performance Assessment Reporting System (CPARS) metric tools to measure the quality and timely reporting of past performance information. CPARS is the official source for past performance information.
11. All terms and conditions of this solicitation shall be included in the contract award by reference.
James Martin
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVFAC
NAVFAC ATLANTIC CMD
NAVFAC MID-ATLANTIC
NAVFACSYSCOM MID-ATLANTIC
NAVFACSYSCOM MID-ATLANTIC
9324 VIRGINIA AVENUE
NORFOLK, VA, 23511-0395
NAICS
All Other Specialty Trade Contractors
PSC
LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)