Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2026 SAM #8842
SOURCES SOUGHT

22 -- FY 26 Mobile Crane & Operator Services

Notice Date
2/8/2026 4:35:32 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
A058730
 
Response Due
2/11/2026 2:00:00 PM
 
Archive Date
02/26/2026
 
Point of Contact
TSgt Luke Jackson, Phone: 8439635174, Terry Harrelson, Phone: 843965156
 
E-Mail Address
luke.jackson@us.af.mil, terry.harrelson.1@us.af.mil
(luke.jackson@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. Joint Base Charleston � Air Base (AB) / Naval Weapons Station (NWS), located in Charleston, SC seeks a contractor to provide all labor, equipment, transportation, management, and supervision required to provide a land mobile crane, operator, and rigger(s) to assist off-loading vessel cargo at Joint Base Charleston � Naval Weapon Station, Goose Creek SC. The Crane Operator shall be National Commission for the Certification of Crane Operators (NCCCO) certified or equivalent for the size and type crane to be operated. The Contractor shall provide a land mobile crane with current inspection and/or in adherence to OSHA 1926 subpart CC, OSHA 1926.1412(f) and ASME B30.5. Slings and/or below the hook lifting devices if utilized shall adhere to ASME B30.9 and/or ASME B30.20 and shall be inclusive of the crane, counterweights, operator, rigger(s) needed for crane set up only. Government will furnish rigger(s). All required equipment shall meet the following requirements: Lifting Capability � 250 tons Maximum Diagonal Lifting Lug Measurement - 10.70 meters (35�2�) Highest Beginning Lifting Point � +34� Lowest Beginning Lifting Point � -20� Vessel Height � 6.04 meters (20�) Vessel Width � 16.50 meters (54�) Vessel Length � 103.90 meters (341�) Maximum Lift Distance - 70� Maximum Cargo Weight � 52k The Contractor provided crane must be capable of lifting vessel cargo to a minimum clearance height of ___5�____ above the vessel. pon 24-hour notification to the Contractor, the Government will require delivery and pre-positioning of the crane and all necessary equipment at the designated location. The crane shall remain at the designated location for a minimum of 7 calendar days. Upon a separate 24-hour notification, the Contractor will provide the crane operator and personnel to perform off-loading requirements. Off-loading performance is expected to be 12 hours in duration, not to include travel to the designated location. Contractor personnel requiring access to JB CHS shall submit to all applicable background checks prior to receiving a contractor�s pass/badge to accomplish work or enter the installation. The government will provide a 20� Tandemloc Autoloc Spreader. The government will also perform spotters during off-load operations. The Government is seeking responses from all qualified businesses. Those wishing to identify their capability to provide their aforementioned services should respond to this announcement via email to luke.jackson.us.af.mil and terry.harrelson.1@us.af.mil no later than Wednesday, 11 February 2026 at 5:00 PM Eastern Standard Time. Interested parties should provide the following information: (1) Company Name, Company Address, Point of Contact, Phone Number, Email Address, DUNS number, and CAGE Code. (2) Capability Statement and/or information you wish to provide about your business. (3) Three past performance references to which your business has provided similar Services to include the contract number and POC. (4) Your small business size representation for NAICS 238990 � All Other Specialty Trade Contractors (e.g., is your business small or large? If small, is your business VOSB, SDVOSB, WOSB, EDWOSB, HUBZone, 8(a), etc.?). The Size Standard for NAICS 238990 is $19M. (5) Do you believe this acquisition should be assigned a different NAICS other than 238990 � All Other Specialty Trade Contractors? If so, which one? (6) Do you believe this acquisition should be assigned a different PSC other Than 2230 - Right-Of-Way Construction and Maintenance Equipment, Railroad? If so, which one? Responses to this announcement shall be made via email to luke.jackson.us.af.mil and terry.harrelson.1@us.af.mil no later than Wednesday, 11 February 2026 at 5:00 PM Eastern Standard Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41c1d9731f114b028651364876b81ea2/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07709098-F 20260210/260208230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.