PROCESS HAZARD ANALYSIS
ID: W519TC24QPPHAType: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking a Process Hazard Analysis service. This service is typically used for analyzing and assessing potential hazards in a process or system to ensure safety and compliance. The procurement is a combined synopsis/solicitation for commercial products or services. The service will be performed in Crane, Indiana, USA. The procurement is set aside for SBA Certified Women-Owned Small Businesses. The solicitation includes multiple CLINs (Contract Line Item Numbers) for different quantities and time periods. The performance will take place at Crane Army Ammunition Activity in Crane, IN. Offerors must submit pricing information, completed clauses, and proof of previous experience. The award will be made to the offeror with the lowest total price and satisfactory past performance. The deadline for submission is February 29th, 12:30 PM Central Time. Offers should be submitted electronically via email.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    PROCESS HAZARD ANALYSIS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting quotes for rigging, crane, and material handling support to relocate a Stokes Press at the Crane Army Ammunition Activity in Indiana. The contractor will be responsible for providing all necessary labor, tools, and materials to complete the relocation by June 12, 2025, while ensuring compliance with OSHA standards and other regulatory requirements. This procurement is critical for maintaining operational efficiency at the facility, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested offerors must submit their proposals by May 8, 2025, and are required to attend a mandatory site visit on April 22, 2025, to ensure they understand the project requirements. For further inquiries, potential bidders can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    HAZ11 Training Course in Poland
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide the HAZ11 Training Course in Poland, aimed at certifying U.S. Army soldiers and civilians in compliance with European hazardous materials transportation regulations. The contract will be structured as a Firm Fixed Price Requirement Type Contract, with a base period starting on July 1, 2025, and four additional one-year option periods, emphasizing the importance of safety and regulatory compliance in hazardous materials handling. Contractors are expected to deliver comprehensive instructional services, maintain a minimum 80% pass rate for students, and develop a Quality Control Plan, with all proposals to be submitted electronically as no paper copies will be accepted. Interested parties should contact Madison Lim at madison.d.lim.mil@army.mil or call 314-526-8716 for further details.
    Solicitation for Fiscal Year 2025 Cost Analysis Support (CAS) Services Indefinite Delivery Indefinite Quantity (IDIQ)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Cost Analysis Support (CAS) services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Fiscal Year 2025. This contract aims to provide non-personal services for cost, economic, and technical analyses related to various weapon systems and acquisition programs across the Department of the Army, Department of the Navy, and United States Marine Corps. The total acquisition ceiling for this contract is approximately $83 million, and it will be awarded on a competitive basis with a focus on small businesses, utilizing Best Value Tradeoff Source Selection procedures that prioritize experience over price. Interested contractors should direct inquiries to Ashley Treier or Chardae Walton via their provided emails, and must ensure compliance with submission requirements outlined in the solicitation documents, including demonstrating relevant past performance and adhering to pricing guidelines.
    Crash Recovery Crane BPA
    Buyer not available
    The Department of Defense, specifically the 162d Wing of the Arizona Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for Crash Recovery Crane Services under solicitation number W50S6S25Q0011. The procurement aims to secure crane services capable of lifting a minimum of 40,000 pounds at a 35-foot radius, with a qualified operator available 24/7 to respond to incidents within a one-hour mobilization time frame. This service is critical for the recovery of disabled aircraft, ensuring operational readiness and compliance with safety regulations. Interested small businesses must submit a completed Price List and a capabilities statement by the specified deadline, with inquiries directed to the primary contact at 162MSC.162MSC.Contracting@us.af.mil. The solicitation is set aside exclusively for small businesses under NAICS code 238990, with a proposal submission deadline of April 18, 2025, by 5:00 PM AZ time.
    **Amendment 0001** Cagles Mill Lake Replace Bridge Crane and Trolley
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the Control Tower Bridge Crane and Trolley at Cagles Mill Lake in Poland, Indiana. The project requires the contractor to remove the existing crane and install a new 6-ton electric chain hoist, ensuring compliance with safety standards and operational requirements within a performance period of 180 days from the notice to proceed. This procurement is set aside for small businesses, with an estimated construction cost between $25,000 and $100,000, emphasizing the importance of engaging small contractors in federal projects. Interested parties must submit their quotes electronically by April 28, 2025, and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.
    PHMSA's Risk Assessment for HAZMAT Packages in an Unmanned Aircraft Systems (UAS) Environment
    Buyer not available
    The Department of Transportation's Pipeline and Hazardous Materials Safety Administration (PHMSA) is seeking proposals for a risk assessment concerning hazardous materials packaging in an unmanned aircraft systems (UAS) environment. The primary objective is to evaluate the safety performance of existing dangerous goods packaging requirements, considering the unique operational conditions and hazards associated with UAS operations, and to identify appropriate risk mitigations. This initiative is crucial for ensuring the safe transport of hazardous materials via UAS technology, reflecting the government's commitment to regulatory compliance and public safety. Interested contractors must submit their proposals by July 2, 2025, and can direct inquiries to Stephen Jones at stephen.jones@dot.gov or Tremayne Terry at tremayne.terry@dot.gov.
    Water Lab Analysis Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
    13--BLK3 TOWED ARR GROO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
    Cradle Liner
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
    HWSF Support Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking suppliers for HWSF Support Supplies, which includes specialized equipment for hazardous waste treatment and disposal. The procurement focuses on high-capacity oil filter crushers, heavy-duty rotary brooms, and a trailer-tilt bed trailer, all designed to enhance operational efficiency in waste management and maintenance tasks. These items are crucial for effectively managing waste and maintaining cleanliness in various environments, including military installations. Interested vendors can contact Robert D. Cavanaugh at robert.d.cavanaugh2.civ@army.mil or (719) 352-1335 for further details regarding the solicitation process.