Crane Service Repair and Maintenance:
Solicitation Notice: N4215825Q0019
This is a SOLICITATION/Synopsis Combo for commercial items prepared in accordance with the provisions of FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N4215825Q0019. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-05 and DFARS Change Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the clauses may be accessed at the following website: https://www.acquisition.gov/far/
This contract is open to all businesses, with evaluation preferences given to HUBZone-certified companies. The NAICS code is 811310, PSC J039, and the Business Size Standard is $12,500,000.00.
Request for Responses: The Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, seeks a service contract for the repair and maintenance of its Liebherr mobile crane fleet. The selected contractor must provide OEM-certified technicians, transportation, equipment, tools, materials, supervision, and technical expertise to support this work.
Delivery Location: Norfolk Naval Shipyard
Responsibility and Inspection:
Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The solicitation will close on September 24, 2025, at 6:00 AM, with all questions due by September 22, 2025, at 11:00 AM. The expected performance period is from September 30, 2025, to September 30, 2026, including four one-year option periods.
Offerors are required to follow the instructions outlined in the solicitation, which includes compliance with FAR 52.212-1 (Instructions to Offerors—Commercial Items). Proposals will be evaluated as best value for the government, based on three key criteria: technical capability, past performance, and price. The Government intends to award one Firm Fixed Price (FFP) contract resulting from this solicitation to the contractor responsible whose quote conforms to the solicitation and is most advantageous to the Government based on technical capability, past performance, and price.
The Government reserves the right to award the contract to a proposal other than the lowest-priced offer if such proposal is determined to provide the best overall value to the Government. The Government only intends to evaluate proposals that meet the solicitation requirements and demonstrate the capability to perform the work successfully.
Evaluation Criteria
Factor 1- Technically Capable - The evaluation team will rate each quote as either "Acceptable" or "Unacceptable" based on the following questions outlines in the technical narrative. Only quotes rated as "Acceptable" will be considered for awards and evaluated further
II. Technical Narrative: During your technical narrative (no more than one paragraph), you must clearly explain your ability to successfully perform the work outlined in the Statement of Work (SOW). Evaluators will assess your submission based on four confidence levels: Superior, Satisfactory Confidence, Neutral Confidence, and No Confidence.
- Subfactor 1 - Comprehension of Requirements: Your narrative should clearly reflect a thorough understanding of the goals, scope, and expectations set forth in the Statement of Work (SOW).
- Subfactor 2- Training: The vendor must be capable of providing on-site maintenance training to the customer. Training shall include troubleshooting, hydraulics, electrical systems, boom and track maintenance, engine specifications, safety protocols, and sensor operations.
- Subfactor 3 – Contractor Technical Capability and Support: The contractor must provide OEM-certified technicians, OEM engineering support, and all necessary resources to perform on-site repairs and maintenance for the NNSY Liebherr crane fleet, using only OEM parts or authorized substitutes. The contractor must respond on-site within 48 hours for non-emergency repairs upon notification by the Contracting Officer, and within 24 hours for emergency repairs upon notification by the L&HD COR.
- Factor 2- Past Performance: Cranes are essential to shipyard operations. Therefore, the vendor must have relevant experience with industrial or shipyard cranes. Please provide one (1) example of crane-related work completed within the past 24 months.
Parties are requested to provide the following information (as applicable)
- Company Name,
- Company address
- Primary company contacts(s) and associated email addresses,
- Company website
- Factor 3- Price- Price shall not be the sole factor in the selection process. However, should prospective vendors be deemed equal across all specified evaluation criteria, price may serve as the determining factor in awarding the contract
Proposal Submission:
All responsible vendors may submit proposals. By submitting, vendors certify they are not suspended, debarred, or otherwise ineligible for federal contracts. Awardees must maintain SAM registration throughout contract performance.
Questions: Submit all inquiries per solicitation instructions by the deadlines. Direct questions to eugene.e.fenner.civ@us.navy.mil.
For SAM registration assistance, call 1-866-606-8220 or visit www.sam.gov.