Pedestal and Bridge Crane
ID: W519TC-26-Q-A060Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

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

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of pedestal and bridge cranes to support operations at the Rock Island Arsenal. This opportunity is a total small business set-aside under NAICS code 333923, with the intent to award a firm-fixed-price contract to the lowest-priced, responsive, and responsible vendor without extensive discussions. The cranes are essential for enhancing operational capabilities at the Joint Manufacturing and Technology Center, and compliance with federal and industry standards is mandatory. Interested contractors must submit their quotes by 6 PM CST on January 13, 2026, following a mandatory site visit on January 8, 2026, and can direct inquiries to Andrew Owens or Kylah Rasche via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, DD Form 1423-1, outlines the Contract Data Requirements List for a Pedestal Crane. It details various documentation requirements from the contractor to the Rock Island Arsenal, ATTN: TARA-LGC, Bob McClure. The required documents fall under three main categories: Installation and Preparation Documentation, Maintenance Manual, and Operator Manual.The Installation and Preparation Documentation includes: Equipment Characteristics (due 30 days after award in electronic/paper), Installation Documentation List (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Tool List (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Footprint Drawing (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Machine Foundation Drawing (3 copies, 2 paper, 1 electronic, due 60 days after award), Installation Drawing (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Electrical Schematic (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Pneumatic Schematic (due 60 days before delivery in electronic, second copy electronic/paper at delivery), Hydraulic Schematic (due 60 days before delivery in electronic, second copy electronic/paper at delivery), and Equipment Identification (due 60 days before delivery in electronic).The Maintenance Manual, specifically the Preventive Maintenance Procedure, requires 3 copies (2 paper, 1 electronic) upon delivery, covering daily operator checklists, visual inspections, and lubrication schedules. The Operator Manual also requires 3 copies (2 paper, 1 electronic) upon delivery, outlining safe operation procedures and equipment functions. Acceptable electronic formats generally include .pdf, .dxf, and .doc files.
    The Rock Island Arsenal's Project 26-2-05 outlines the evaluation criteria for a Pedestal Crane procurement. Bidders must demonstrate at least three years of experience in manufacturing and supplying this type of equipment, providing published data or references from three successful sales of similar equipment (60' electric boom lifts). The technical submission requires a compliance statement for each paragraph of the purchase description, identifying the manufacturer, model number, and all options offered, including unnumbered items like installation and freight. A minimum one-year warranty covering parts and labor, beginning upon final acceptance, is also mandatory. Failure to provide any required data may lead to disqualification.
    This government purchase description from Rock Island Arsenal (RIPD: E4000-26-2-05) outlines the procurement of two foundationless JIB cranes and the modification of an existing bridge crane. Key requirements include compliance with federal and industry standards, specific design parameters for new equipment (e.g., standard manufacturer products, English-US units of measure, unique identification program compliance), and detailed utility connection specifications where RIA will provide main connections and the contractor will handle internal wiring. Extensive safety and security protocols are mandated for contractor personnel, including background checks, antiterrorism training, and adherence to federal marijuana laws. Detailed specifications are provided for both 2,000 lbs capacity JIB cranes (B220 and B212-F), including dimensions, foundationless mounting, internal electrical systems, and a maintenance-free design. The existing 7 ½-Ton bridge crane modification involves risers, electrical system updates, and new bracing. The contractor is responsible for shipping, site inspection, and providing models for CAD. Installation will be partially supported by RIA technicians, with the contractor supervising. Comprehensive training for operators and maintenance personnel is required, along with verifiable service and support capabilities from the contractor.
    This government solicitation, W519TC26QA060, issued by Army Contracting Command - Rock Island (ACC-RI), seeks bids for pedestal and bridge cranes to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation is a 100% Small Business Set Aside under NAICS code 333923, with the intent to award a firm-fixed-price contract to the lowest-priced, responsive, and responsible contractor without extensive discussions. Key dates include a site visit on January 8, 2026, and an offer due date of January 13, 2026, at 6 PM CST. Contractors must adhere to strict delivery schedules, mandatory site visit reservations, and specific invoicing procedures via Wide Area WorkFlow (WAWF). The document details comprehensive safety, security, and access requirements for the Rock Island Arsenal, including restrictions on photographic equipment and concealed weapons. It also outlines various FAR and DFARS clauses, notably those concerning Item Unique Identification and Valuation (DFARS 252.211-7003) and WAWF Payment Instructions (DFARS 252.232-7006), emphasizing electronic submission and specific routing data.
    Lifecycle
    Title
    Type
    Pedestal and Bridge Crane
    Currently viewing
    Solicitation
    Similar Opportunities
    Loading similar opportunities...