Watervliet Arsenal - Spare Parts for Crane B137
ID: W911PT24Q0113Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC WVAWATERVLIET, NY, 12189-4000, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking a sole-source procurement of spare parts for the Beaton Crane B137, with an estimated cost of $56,574.98. The required items include various components such as limit switches, roller guides, rope clamps, and motors, all essential for restoring the crane to its original operational capacity. Beaton Industrial, Inc., the original equipment manufacturer, is the sole source for these parts due to proprietary rights and the unavailability of complete specifications from other suppliers, making competitive bidding impractical. Interested vendors should direct inquiries to Stephanie Webster at stephanie.a.webster8.civ@army.mil, with bids due by October 7, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a justification for a sole-source procurement for spare parts needed to repair a crane located in building 137. Beaton Industrial, Inc., based in Utica, NY, is identified as the sole source, as it serves as the original equipment manufacturer (OEM) and possesses exclusive access to necessary schematics and technical knowledge. The rationale for noncompetitive acquisition includes the contractor's proprietary rights over relevant software and hardware, as well as the unavailability of complete drawings and specifications from other potential suppliers. The estimated cost for the spare parts is $56,574.98, with the procurement deemed impractical to compete due to technical compatibility requirements. The request adheres to FAR 13.106-1(b) standards, which allow for noncompetitive negotiations in such circumstances, confirming that engaging with Beaton Industrial is essential for restoring the crane to its original functioning capacity. The document includes signatures for contracting officer approval and legal review, indicating compliance with regulatory processes.
    The document constitutes a solicitation (W911PT24Q0113) for commercial items related to the Watervliet Arsenal. Issued by the Army Contracting Command-Watervliet, it outlines the timeline and requirements for submitting bids, with offers due by 7 October 2024, and details strict adherence to delivery schedules and quality standards. The solicitation emphasizes the importance of compliance with security protocols and the necessity for contractors to pass background checks to access military facilities. Key items specified for procurement include various replacement parts for a Beaton crane. The document also elaborates on contractor responsibilities for invoicing through the Wide Area Workflow (WAWF) system, along with required clauses and representations regarding telecommunications and security compliance. Additionally, it highlights the prohibition against contracting with companies involved in providing certain covered telecommunications services. This solicitation underscores the government’s commitment to quality, timeliness, and adherence to federal standards in the procurement process, aligning with broader objectives of defense and government supply chain integrity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCG Intent to Sole Source Mission Critical Crane Spares
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole-source contract to Appleton Marine, Inc. for the procurement of a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. This procurement is essential to enhance maintenance efficiency and reduce downtime, thereby increasing the mission availability of the cutters, as the cranes are uniquely designed to integrate with the NSC's existing systems. The decision to proceed with a sole-source contract is supported by market research confirming that only Appleton Marine can fulfill these specialized requirements, and the procurement is justified under relevant federal regulations. Interested vendors may contact Tiffany D. Thompson at tiffany.d.thompson@uscg.mil or 571-608-5288 for further information, although this notice does not constitute a solicitation for competitive offers.
    Repair/Replace Overhead Cranes on Fort Drum
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Gantry Cranes Rehabilitation at Loyalhanna River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of two 64-ton gantry cranes at Loyalhanna River Lake in Saltsburg, Pennsylvania. The project involves extensive work including paint removal, electrical and mechanical component replacement, and modifications to the crane cabs, with a focus on safety and operational efficiency. This initiative is part of a broader effort to upgrade critical infrastructure, ensuring compliance with safety standards while engaging small businesses in federal contracting opportunities. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by 11:00 AM ET on September 26, 2024, with a project funding estimate between $5 million and $10 million. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or call 412-395-7157.
    HOIST FIXTURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a hoist fixture. This opportunity involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various defense operations and maintenance activities. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements outlined in the solicitation, including adherence to military specifications and packaging standards. Interested parties can reach out to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    Procurement of Two (2) Cantilever Jib Crane Systems to include installation and rental fees.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Depot Maintenance Command, is seeking to procure two Cantilever Jib Crane Systems, including installation and rental fees, for use in Building 2200 in Albany, Georgia. The procurement includes a 1/2 Ton Jib Crane with a 12' span and another with a 14' span, both equipped with electric chain hoists and manual trolleys, along with necessary utilities, load testing, and compliance with OSHA regulations. These cranes are essential for enhancing operational efficiency and safety in material handling within the facility. Interested vendors should contact Anthony Brunson at anthony.brunson@usmc.mil or call 229-639-6037 for further details, with the project timeline set for completion within 140 calendar days post-award.
    Naval Surface Warfare Center Carderock Division Large Cavitation Channel Pump parts
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to award a sole source contract for specialized replacement parts for the Large Cavitation Channel's Water Pump 2 (WP2). The procurement specifically seeks a cast bronze liner and two screw shafts, which are proprietary components that cannot be replaced by standard commercial alternatives, necessitating the involvement of CORCOR PUMPS NORTH AMERICA, the sole source identified for these parts. This repair is critical for maintaining operational capabilities at the LCC, with anticipated costs of approximately $300,000, significantly lower than the estimated $1.5 million for a complete overhaul. For further inquiries, interested parties may contact David Crouch at david.w.crouch3.civ@us.navy.mil or call 301-318-3929.
    WINCH,DRUM,POWER OP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a Power Operated Winch Drum. This contract encompasses the manufacturing requirements and quality standards necessary for the winch, which is classified under the NAICS code 333923 and PSC code 3950, indicating its relevance to overhead traveling crane, hoist, and monorail system manufacturing. The winch is critical for various defense operations, ensuring reliable lifting and handling capabilities in military applications. Interested vendors must provide a firm unit price, total price, procurement turnaround time, and confirm whether the item is quantity sensitive, with all submissions directed to Marsha Williams at 717-605-2727 or via email at marsha.williams@navy.mil. The solicitation emphasizes the need for government source inspection and adherence to specific quality assurance protocols.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Forging, Breechblock per drawing # 11580428 Rev A, for 105mm M35 Cannon, for the Watervliet Arsenal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is soliciting bids for the procurement of 60 forging units, specifically breechblock rough machine components for the 105mm M35 Cannon, under contract W911PT24R0020. The procurement requires adherence to strict delivery schedules, quality assurance, and compliance with export controls, necessitating eligible contractors to possess a valid DD 2345 certification to access the technical data package for bid submission. These components are critical for military applications, reflecting the government's commitment to maintaining high standards for military supply contracts while ensuring national security. Interested contractors should contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or call 518-266-4931 for further details and to ensure compliance with all requirements outlined in the solicitation.
    Winch Drum, Vehicle Mounting
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of vehicle-mounted winches, specifically identified by National Stock Number (NSN) 2590-01-572-0890. This solicitation, numbered SPRDL1-24-R-0107, aims to acquire a firm fixed price contract for a specific quantity of winches, adhering to federal acquisition regulations and military specifications regarding delivery, inspection, and packaging. The winches are critical components for military vehicles, ensuring operational readiness and efficiency in various applications. Proposals are due by October 7, 2024, and interested vendors, including small, women-owned, and service-disabled veteran-owned businesses, should contact Richard Campbell at richard.j.campbell@dla.mil or (586) 467-1163 for further details.