Industrial plant equipment machine moves
ID: W519TC25Q9990Type: Sources Sought
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Rock Island, Illinois, is seeking qualified contractors to establish multiple Blanket Purchase Agreements (BPAs) for industrial plant equipment machine moves at the Rock Island Arsenal-Joint Manufacturing and Technology Center (RIA-JMTC). The procurement aims to supplement internal capabilities for the safe and efficient relocation, installation, and leveling of industrial machinery, with a focus on compliance with manufacturer specifications and OSHA safety standards. Contractors must demonstrate the ability to handle equipment weighing up to 50 tons, possess necessary lifting and moving equipment, and employ personnel with at least two years of relevant experience. Interested vendors are encouraged to submit a Technical Information Questionnaire and capabilities statement by the specified deadline, with BPAs expected to be effective no earlier than February 6, 2025. For further inquiries, contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines technical evaluation factors for a Machine Move Contract, primarily focused on relocating industrial metal processing machinery within the RIA-JMTC manufacturing complex. Proposals must demonstrate the capability to safely move equipment weighing up to 50 tons while adhering to OSHA safety standards. Successful bidders should be equipped to procure and install mounting devices, as well as level machinery to manufacturer specifications. The document specifies that machines requiring disassembly must be handled by personnel skilled in disconnecting various systems, including electrical and hydraulic connections, while RIA-JMTC will manage main power supply disconnections. A qualified millwright, technician, or field service engineer, with at least two years of experience in related tasks, is required to execute the project. The content emphasizes procedural compliance and the necessity for experienced personnel, reflecting the contract's objective to ensure efficient and safe machinery relocation operations.
    The Rock Island Arsenal (RIA) seeks to establish multiple Blanket Purchase Agreements (BPAs) with qualified contractors for equipment moving and installation services at the Joint Manufacturing & Technology Center (RIA-JMTC). This initiative aims to supplement internal capabilities for moving and installing industrial machinery when current resources are insufficient. Contractors will be responsible for disconnecting, moving, installing, and leveling various types of industrial equipment, ensuring compliance with manufacturer specifications and safety guidelines set by the Occupational Safety and Health Administration (OSHA). Services will include the complete physical movement of equipment and its components, addressing specific service requirements outlined for each Call Order. Contractors must have qualified personnel with at least two years of relevant experience and must supply all necessary tools, equipment, and materials for the tasks. The BPAs are set for a base year and can be extended for up to four additional years. Moreover, contractors must adhere to strict safety and environmental protocols, including training for access to government installations and compliance with all applicable regulations concerning hazardous materials. This procurement effort reinforces the government’s commitment to maintaining operational efficiency while ensuring worker safety and environmental protection.
    The document is a Technical Information Questionnaire for a Sources Sought announcement regarding a Machine Move Contract (RIA-19-011) from the U.S. Army Contracting Command – Rock Island. It seeks information from companies interested in providing services to move, install, and level industrial plant equipment according to manufacturer specifications. Key inquiries include the company’s classification (e.g., large/small business, veteran-owned), their capability to handle industrial equipment, possession of necessary lifting and moving equipment, and employee qualifications concerning U.S. citizenship and background checks. The questionnaire emphasizes the requirement for personnel with at least two years of relevant experience, availability of appropriate moving equipment, and the ability to address any concerns or recommendations about the scope of work outlined in a separate document. This inquiry allows the Army to gauge potential contractors' capabilities and readiness to fulfill contract requirements while ensuring compliance with security regulations at the Rock Island Arsenal. The document serves as a preliminary step in identifying suitable vendors for government procurement in the context of federal RFPs and grants.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    PBA Industrial Equipment Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking information from qualified contractors to provide Industrial Equipment Maintenance Services at Pine Bluff Arsenal in Arkansas. The procurement aims to ensure the effective maintenance and repair of various equipment types, including shredders, compressors, and transformers, while adhering to strict safety and environmental compliance standards. This opportunity is crucial for maintaining operational efficiency and safety within the Arsenal's Waste Management and Reclamation Division. Interested parties must submit their responses by 1300 Central Standard Time on November 8, 2024, to the primary contacts, Larry Owens and John Fotos, via the provided email addresses, ensuring the subject line includes "PBA Industrial Equipment Maintenance Services."
    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.
    Furniture Moving
    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 Furniture Moving Services at Fort Drum, NY. The services include moving, installing, and assembling miscellaneous real property assets/furniture. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. For more information, contact Michael E. Quirk at michael.e.quirk.civ@mail.mil.
    Pine Bluff Arsenal CAT Road Grader Repair
    Active
    Dept Of Defense
    The U.S. Army Contracting Command – Rock Island is seeking qualified vendors to provide repair services for a 1998 CAT Road Grader, with the contract to be awarded as a Firm-Fixed-Price purchase order. The selected vendor must be an authorized CAT service provider and will be responsible for significant repairs, including overhauling the transmission, as outlined in the Statement of Work (SOW). This procurement is crucial for maintaining operational efficiency at the Pine Bluff Arsenal in White Hall, Arkansas, and emphasizes compliance with federal regulations and the importance of supporting small businesses, particularly those owned by veterans or women. Quotes must be submitted electronically by October 25, 2024, at 9:00 a.m. Central time, with inquiries directed to Greg Brown or John Fotos via their provided email addresses.
    Forklift and Lift Equipment Maintenance for Raven Rock Mountain Complex
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential vendors to provide maintenance services for forklifts and lift equipment at the Raven Rock Mountain Complex in Maryland. The procurement includes comprehensive maintenance tasks such as annual inspections, preventive and corrective maintenance, and emergency repairs for specific equipment from manufacturers like JLG, Genie, and Clark. This contract is crucial for ensuring operational efficiency and safety compliance, with a structure comprising a 12-month base period and four option years. Interested contractors, particularly those classified as Small, HUB-Zone, or Service-Disabled Veteran-Owned Small Businesses, must submit their capabilities and previous experience by November 15, 2024, to primary contact Stacy Alleyne at stacy.n.alleyne.ctr@mail.mil or secondary contact Keisha Simmons at Keisha.L.Simmons.civ@mail.mil.
    Calibration of Lab Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the calibration of lab equipment under Solicitation W519TC-24-Q-2336. This procurement aims to establish a Firm-Fixed Price contract for calibration services over a base year and four optional years, specifically targeting small businesses with a budget cap of $19 million. The selected contractor must be ISO/IEC 17025:2017 accredited and provide calibration for various specialized laboratory instruments, ensuring compliance with U.S. Army regulations and standards traceable to the National Institute of Standards and Technology (NIST). Proposals are due by October 18, 2024, at 10:00 AM CST, and interested parties can contact Heather Johns at heather.b.johns.civ@army.mil for further information.
    25--COUNTERWEIGHT,REMOV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 68 units of the COUNTERWEIGHT,REMOV (NSN 2590014427346). This procurement is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at supplying vehicular equipment components essential for military armored vehicles and tanks. The contract may involve an estimated seven orders per year, with a guaranteed minimum quantity of 10 units, and deliveries will be made to various DLA depots both within the continental United States and overseas. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The total funding for this opportunity is capped at $250,000, and the solicitation is available online, with no hard copies provided.
    Supply Blanket Purchase Aggreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS Code 33399: All Other Miscellaneous General Purpose Machinery Manufacturing. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA.
    Type I and Type II Cabinet Sets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for the procurement of Type I and Type II Cabinet Sets as part of the Metal Working and Machine Shop Set (MWMSS) program. The cabinets are required to meet stringent specifications for durability and functionality, ensuring they can withstand heavy loads and various impact tests, which are critical for maintaining organization and safety in military operations. Interested contractors must adhere to a structured submission process, including providing warranty information, technical manuals, and a price matrix, with the contract expected to be awarded under a Total Small Business Set-Aside. For further details, potential bidders can contact Debbie Trainor at debbie.l.trainor.civ@army.mil, with submissions due within 30 days post-award.
    Small Capacity Weight Handling Equipment Multiple Award Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for a Small Capacity Weight Handling Equipment Multiple Award Contract. This procurement aims to acquire overhead traveling cranes, hoists, and monorail systems, which are essential for various military and naval operations. The contract is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense-related manufacturing. Interested parties should note that the proposal due date has been extended, and a second site visit will be provided; for further inquiries, they can contact Priscilla Gula at priscilla.gula@navy.mil or Lisa Sumpter at lisa.sumpter@navy.mil.