Amendment 0001 Crane Repair at Trinidad Dam
ID: W912PP25QA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

OPERATION OF DAMS (M1KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of a 10-ton bridge crane at the Trinidad Dam in Colorado. The contractor will be responsible for addressing various maintenance issues, including oil leaks in the hoist and bridge gearboxes, replacing the hoist load brake, and ensuring the crane meets current safety and operational standards. This project is critical for maintaining the operational integrity of the dam, which plays a vital role in water management and flood control. Interested small businesses must acknowledge the recent amendment to the solicitation and submit their offers by 2:00 PM on April 8, 2025, with a total award amount of $12,500,000. For further inquiries, contact Glenda D. Kohlieber at glenda.d.kohlieber@usace.army.mil or by phone at 575-479-6095 ext 102.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 6:04 PM UTC
The Trinidad Crane Repairs contract aims to perform essential repairs on a 10-ton bridge crane at the US Army Corps of Engineers' Trinidad Dam in Colorado. This non-personal services contract necessitates the contractor to supply all necessary personnel, materials, and equipment to fix multiple identified issues, including oil leaks in the hoist and bridge gearboxes, and to replace the hoist load brake. The objective is to restore the crane to full operational status through compliance with current safety and operational standards. The contractor is responsible for developing a Quality Control Program to ensure high service standards and maintaining proper security protocols for personnel. The scope of work also includes the installation of a new end stop on the bridge runway that aligns with existing infrastructure, conducting load tests, and providing detailed reports on completed tasks. The contract spans a performance period of 120 days post-award and emphasizes compliance with safety requirements outlined by the U.S. Army Corps of Engineers and OSHA. All work must be conducted during designated business hours and in accordance with federal regulations. The contractor will be paid upon satisfactory completion of tasks and submission of invoices. This document serves as a thorough reference for government RFPs, outlining the necessary tasks, quality measures, timelines, and financial responsibilities vital for effective procurement and execution of contractor services.
Apr 1, 2025, 6:04 PM UTC
The Performance Work Statement (PWS) outlines a non-personal services contract for Trinidad Crane Repairs at the Trinidad Dam, focusing on essential maintenance and upgrades to a 10-ton bridge crane. The contractor is responsible for addressing oil leaks in the hoist and bridge trolley gearboxes, replacing the hoist load brake, and installing a new end stop at the bridge runway. The project, located at the Trinidad Dam Control Tower, is to be completed within 120 days under a firm-fixed price contract. Key objectives include restoring the crane to a fully operational state in compliance with current standards. The contractor must adhere to quality control and assurance measures, ensuring security and safety for personnel and equipment. All contract personnel must complete specified security training and abide by physical security regulations at federal facilities. The PWS also stipulates the contractor's responsibilities for material and equipment provision, accident prevention planning, and detailed documentation of repair tasks, including a final load test report. The contractor must submit invoices upon task completion for acceptance. This comprehensive document underscores the U.S. Army Corps of Engineers’ commitment to maintaining operational integrity and safety at the Trinidad Dam site while ensuring compliance with regulatory standards.
Apr 1, 2025, 6:04 PM UTC
The document outlines a Women-Owned Small Business (WOSB) solicitation for commercial products and services related to crane repairs at Trinidad Dam, issued by the U.S. Army Corps of Engineers. The project, represented by requisition number W912PP25QA006, has a total award amount of USD 12,500,000. Contractors are required to furnish all necessary labor, management, equipment, supplies, and materials within a performance period of 120 days from the notice of award. Detailed specifications regarding the repair tasks, including addressing oil leaks in gear boxes and replacing components, are provided. Submission instructions emphasize the need for interested contractors to register in the System for Award Management (SAM) and specify essential information to accompany their quotes, including Unique Entity Identifier (UEI) and Federal Tax ID numbers. The document also outlines important compliance clauses regarding employment eligibility, subcontracting regulations, and various cybersecurity requirements. Overall, this solicitation serves to enhance the efficiency and safety of the Trinidad Dam operations while fulfilling federal contracting requirements, promoting transparency and accountability in the procurement process.
Apr 1, 2025, 6:04 PM UTC
This document serves as an amendment to a solicitation, extending the due date for offers and modifying the Performance Work Statement (PWS). The amendment specifies that submissions must acknowledge receipt of this amendment before the updated deadline of 2:00 PM on April 8, 2025. It outlines the protocols for acknowledging received amendments—either by completing designated items on the form, including references to the amendment in submitted offers, or via a separate correspondence. Notably, changes to the response due time and date have been made, moving the deadline from April 4 to April 8, and the time from 4:00 PM to 2:00 PM. The PWS has also been updated, now containing 14 pages instead of the previous 13, with associated documentation reflecting these revisions. This amendment is crucial for contractors, ensuring they are aware of updated submission requirements and modifications to project specifications, aligning with standard practices in government Requests for Proposals (RFPs).
Apr 1, 2025, 6:04 PM UTC
The document titled "Register of Wage Determinations Under the Service Contract Act" from the U.S. Department of Labor outlines wage rates and fringe benefits for various occupations within specific counties in Colorado. It mandates contractors to adhere to the minimum wage requirements of Executive Order 14026 or 13658 for contracts subject to the Service Contract Act, specifying rates of at least $17.75 or $13.30 per hour, respectively. The detailed wage determination includes specific job classifications, required wage rates, and fringe benefits such as health and welfare, vacation, and holidays. Examples include occupational prices for clerical, automotive, healthcare, and technical positions, alongside guidance on conforming unlisted job classifications. The document emphasizes compliance with wage standards and employee rights under federal contracts, underlining the significance of fair compensation in government-funded work. Overall, it serves as a crucial reference for contractors and employees involved in federal contracting and ensures adherence to labor laws and worker protections.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Lower Monumental Bridge Crane Wheel and Drive System Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Lower Monumental Bridge Crane Wheel and Drive System Upgrade project located at the Lower Monumental Dam in Kahlotus, Washington. This opportunity involves a firm-fixed-price Design Bid Build construction contract, with an estimated value between $10 million and $25 million, aimed at upgrading the existing bridge crane's drive system and hoists, which have been in service since 1968. Interested firms are required to submit a Capabilities Statement demonstrating their experience with similar projects, along with details on their business size and bonding capacity, by April 18, 2025, as the solicitation is anticipated to be issued by June 2025, with an award expected in October 2025. For further inquiries, interested parties can contact LeAnne R. Walling at leanne.r.walling@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
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 bridge crane and trolley at Cagles Mill Lake in Poland, Indiana. The project requires the contractor to provide all necessary management, personnel, materials, and equipment to remove the existing 6-ton electric wire rope hoist and install a new 6-ton electric chain hoist, including conducting a load test of the new installation. This procurement is set aside for small businesses under NAICS Code 238290, with an estimated construction cost between $25,000 and $100,000, emphasizing the importance of compliance with federal regulations and safety standards. Interested contractors must submit their quotes electronically by April 24, 2025, and are encouraged to attend a pre-performance meeting on April 16, 2025; for further inquiries, they can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.
Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Grove Crane Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to perform repair services on a 2009 Grove 50T crane at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, and labor to conduct comprehensive repairs, including mechanical maintenance and software updates, in compliance with Grove specifications and OSHA regulations. This procurement is part of an initiative to engage small businesses, particularly those owned by women, and emphasizes the importance of maintaining operational integrity and safety in government operations. Interested parties must submit their proposals by April 16, 2025, and are encouraged to contact Tyler Peterson at tylerjohn.peterson@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further information.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
Various Cranes at Rock Island Arsenal
Buyer not available
The Department of Defense, through the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for the procurement and installation of various cranes at the Rock Island Arsenal Joint Manufacturing Technology Center. The project specifically requires contractors to provide new Free-Standing, Top Running Single Girder Bridge Cranes that meet stringent design and safety standards, including a lifting capacity of 4,000 lbs and compliance with industry regulations. This procurement is crucial for enhancing operational efficiency and safety within federal facilities, reflecting the government's commitment to maintaining high operational standards. Interested bidders must attend a mandatory site visit on April 2, 2025, and submit their proposals by April 21, 2025, at 11:00 AM. For further inquiries, potential bidders can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
Liebherr Crane Block
Buyer not available
The U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of a Liebherr crane block under solicitation number W912EQ25QA006. This requirement is designated as a total small business set-aside, and the associated NAICS code is 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The crane block is essential for various operations within the Army Corps, highlighting its importance in supporting military logistics and infrastructure. Interested vendors must submit their quotations via email to Tommye Sepulveda by April 23, 2025, at 10:00 AM CST, and should account for any fees related to payment via government credit card. For further inquiries, vendors can contact Kirk Middleton or Tommye Sepulveda directly.
Repair/Replace Overhead Cranes on Fort Drum
Buyer not available
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.
Crane Hoist and Conductor Bar Upgrade
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a crane hoist and conductor bar upgrade for an existing bridge crane located in Lakehurst, New Jersey. The procurement involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with modern equipment that meets the latest Navy Crane Centers standards, including the installation of a Variable Frequency Drive (VFD) controlled hoist and a new bridge control panel. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring that the equipment remains effective for future tenants. Interested parties must attend a mandatory site visit on April 10, 2025, and submit their quotes by 11:00 AM EDT on April 21, 2025, to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.