Opportunity
SAM #W912DQ26QA051
Crane and Operator Rental Services for Harlan County Lake Project, NE
Buyer
USACE Kansas City District
Posted
April 02, 2026
Identifier
W912DQ26QA051
NAICS
532412
The U.S. Army Corps of Engineers, Kansas City District (USACE), is seeking crane rental services with operator support for the Harlan County Lake Project in Republican City, Nebraska. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Kansas City District - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the notice - Products/Services Requested: - Crane and operator rental services for mobilization, assembly, and removal of a dredge at Gremlin Cove - Safe lifting of dredge components including pontoons, center section, and spuds - Provision of all required personnel, including rigger and signaler - Submission of a lift plan for review - Provision of crane specifications for bridge load rating - Unique or Notable Requirements: - Contractor must provide all necessary personnel and documentation (lift plan, crane specs) - Contract includes a base period and two option years for spring placement and fall removal of the dredge and spuds - Opportunity is set aside for small businesses - Place of Performance: - Harlan County Lake Project, Republican City, Nebraska
Description
Presolicitation Notice: Synopsis for Commercial Items or Services
This synopsis is prepared in accordance with the format outlined in Subpart 12.1, supplemented with additional information provided in this notice. This announcement serves as the sole notice for this acquisition; quotes are not being solicited, and a written solicitation will not be issued.
Solicitation Information
The solicitation number for this acquisition is W912DQ26QA051 for Crane Rental Services at Harlan County Lake Project, Republican City, NE.
IAW RFO FAR 12.201(c)(2) Method
To promote maximum competition, the contracting officer may choose to solicit quotations directly from suppliers for acquisitions at or below the Simplified Acquisition Threshold (SAT). When soliciting directly, the following conditions apply:
1. A presolicitation notice must be posted in the Governmentwide Point of Entry (GPE) per Subpart 5.1, unless an exception in 5.101(b) applies.
2. Quotations must be solicited from a minimum of three sources.
3. Whenever practicable, solicitations should include at least two sources not previously contacted.
No solicitation will be posted on the System for Award Management (SAM).
For inquiries, please contact Ms. Angella Curran at angella.curran@usace.army.mil or call 816-389-3816. The solicitation documents and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-06 and through the Revolutionary FAR Overhaul (RFO).
(1) Point of contact.
Contract Specialist
Angella Curran
(816)389-3816
Contracting Officer
Christopher W. Anderson
(816)389-
christopher.w.anderson@usace.army.mil
(2) Set aside. Total Small Business Set-aside (100%)
(3) Codes for services or supplies.
a. Product Service Code (PSC): W038
b. North American Industry Classification System (NAICS): 532412
(4) Description of Services. The general scope of this project is for the Contractor to perform the following on-site activities. The Contractor must supply all personnel required for a safe lift, including rigger and signaler. The Contractor is responsible for submitting a lift plan for review a minimum of 7 business days prior to the scheduled lift. Upon award, the Contractor must submit the specifications of the intended cranes to be used so that a bridge load rating may be performed by USACE. 1.Base contract Mobilize and assist assembly of dredge in Gremlin Cove. First lift pontoons(2)from truck and place over water for assembly. Lift center section from truck and placebetween pontoons for assembly. Lift two spuds from truck and place on attachment point of dredge. 2. Mobilize and assist with removal of assembled dredge and spuds from water at Gremlin Cove.The dredge will either be placed on trailer or placed on pad near boat ramp. 3. Two addition option years will be included for a spring placement and fall removal of dredge and spuds.
(5) All responsible sources may submit a quotation as appropriate, which will be considered by the agency.
*Applicable FAR Clauses: *
- FAR 52.212-1: Instructions to Offerors – Commercial Items
- FAR 52.212-2: Evaluation – Commercial Items
- FAR 52.212-4: Contract Terms and Conditions - Commercial Items
Important SAM Registration Notice:
In accordance with FAR 52.212-1(k), the prospective awardee must be registered and active in the System for Award Management (SAM) at https://sam.gov .
As of November 8, 2019, SAM.gov procedures have changed. Interested vendors must register at beta.SAM.gov to access current notices and announcements. Contractors can find information on registration and annual confirmation requirements online at https://sam.gov, or by calling (866) 606-8220.
The System for Award Management (SAM) is a free website owned and operated by the Federal Government. Small businesses seeking assistance with registration or navigation can contact the APEX Accelerators (formerly known as PTACs) is an official government contracting assistance resource for small business. Find your local APEX Accelerators (formerly known as PTACs) to get free help completing registration in SAM.gov.
For general inquiries regarding government procurements or assistance in proposal preparation, local APEX Accelerators may be available to help. The Procurement Technical Assistance Program, authorized by Congress in 1985, aims to increase the number of businesses participating in the government marketplace. To locate an APEX near you, visit https://www.napex.us/locations/.