Monorail Crane System and Installation
ID: W50S9G25QA011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WIANG 128MILWAUKEE, WI, 53207-6104, USA

NAICS

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

PSC

CRANES AND CRANE-SHOVELS (3810)

Set Aside

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

    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide and install a Monorail Crane System at a facility in Milwaukee County, Wisconsin. The procurement includes a four-post structure supporting a 36-foot monorail beam, with specifications for installation on a reinforced concrete base, and requires compliance with technical criteria such as weight capacity and electrical needs. This initiative is part of the federal government's commitment to fostering small business participation in government contracts, with a total small business set-aside designation. Interested parties must submit their quotes by March 18, 2025, following a mandatory site visit on March 4, 2025, and can direct inquiries to Mark Tonkinson at mark.tonkinson.2@us.af.mil or by phone at 414-944-8517.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the 128th Air Refueling Wing for a freestanding monorail crane system and installation. The project is identified as W50S9G25QA011, with a focus on engaging small businesses. It stipulates that funding will be available in fiscal year 2025, and no contract award will occur until appropriated funds are received. Interested bidders must submit quotes by March 18, 2025, and attend a site visit on March 4, 2025. The RFQ outlines specific requirements for the crane system, including dimensions, capacity, and installation specifications, and emphasizes that suppliers must have active registrations in the System for Award Management (SAM). Additionally, responses must be valid through September 30, 2025, and address clauses relevant to federal contracting. The solicitation is structured to provide clarity on submission requirements, funding limitations, and expectations for compliance with various federal regulations. This initiative underscores the government’s commitment to engage small businesses while adhering to rigorous procurement standards and requirements within the framework of federal acquisitions.
    The document outlines a government Request for Proposal (RFP) for the installation of a monorail overhead crane system. Key specifications confirm that the system requires a four-post structure supporting a 36-foot monorail beam, with the possibility of accepting six posts for additional support. The distance between the columns is specified as 3' 6", indicating the maximum width for accommodating stationary equipment. The crane system is designed to mount solely on a floor without attachments to existing building structures, necessitating sway bracing to be bolted to the monorail columns. The installation is confirmed to take place in Milwaukee County, Wisconsin, where a 6-inch reinforced concrete base is already in position. The power supply for the electric hoist will be either 120V or 208V, clarifying electrical needs for potential bidders. Overall, the RFP emphasizes the technical requirements and installation conditions necessary for potential contractors to consider when submitting proposals.
    The document is a Request for Quotation (RFQ) for a Monorail Overhead Crane issued by the 128th ARW/MSC, targeting small business entities. The solicitation emphasizes that funds are not currently available and that contract awards depend on future appropriations for fiscal year 2025. Interested parties must submit their quotes by March 18, 2025, and participate in a mandatory site visit scheduled for March 4, 2025, for which prior coordination is required. The RFQ specifies that all quotes must meet the stated technical criteria for the expected crane system, including weight capacity and installation prerequisites. Key procedures include a firm deadline for written questions and the stipulation that all offers must remain valid until September 30, 2025. Following the guidelines specified in relevant FAR and DFARS clauses, the RFQ establishes regulations regarding contract performance, payment systems, and compliance with security protocols. Emphasizing a 100% small business set-aside, the RFQ outlines necessary company certifications, including those mandatory in the System for Award Management (SAM) for eligibility. This RFQ is aligned with federal initiatives to foster small business participation in government contracts, ensuring both accountability and adherence to government standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Harrington Crane & Hoist w/ Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide and install Harrington 3-ton Air Hoists with Motorized Air Trolleys at the Marine Corps Logistics Base in Albany, Georgia. The procurement requires vendors to deliver all necessary labor, tools, materials, and equipment for the installation, ensuring compliance with industry standards and safety regulations, including OSHA and NEC guidelines. This equipment is critical for operational efficiency within the Marine Depot Maintenance Command, and a site visit is mandatory for vendors prior to submission of quotes. Interested parties must submit their quotes via email to Jamie Fernandez by the specified deadline, ensuring they include all required documentation and comply with the outlined provisions.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    Gantry Crane
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    DDAG Crane Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) Distribution is seeking qualified small businesses to provide preventative and corrective maintenance, as well as crane rental support, for a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is critical for maintaining operational efficiency and safety standards for the crane, which is essential for material handling operations. Interested parties must submit their quotes by December 22, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Fuel Systems and Aerial Refueling Lab Winch and Test Track
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is issuing a presolicitation for a Draft Request for Proposal (RFP) concerning the Fuel Systems and Aerial Refueling Lab Winch and Test Track. This opportunity aims to gather information regarding the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for the testing and operational efficiency of aerial refueling systems. The government emphasizes that this Draft RFP is for informational purposes only, and no offers will be accepted; thus, participation is voluntary and without reimbursement for preparation costs. Interested parties may direct their inquiries to Lyle Kralle at lyle.a.kralle.civ@us.navy.mil or Rebecca Reamy at rebecca.s.reamy.civ@us.navy.mil, with questions accepted until the closing date of the Draft RFP.
    HOIST,CHAIN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.
    BEAM,HOISTING
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the acquisition of a Beam, Hoisting, specifically NSN: 3940-01-168-3897, in support of the MD-6 Patriot Weapon System. This Sources Sought Synopsis (SSS) aims to gather information on manufacturing capabilities and to determine if future procurement efforts can be competitive or set aside for small businesses, particularly those certified under the SBA Women-Owned Small Business (WOSB) Program. The contractor will be responsible for all aspects of the manufacturing process, including supply chain management and logistics, and must meet prequalification requirements to be considered a potential source. Interested firms are encouraged to contact Jasika Williams or Thomas Gunter via email for further inquiries, noting that this announcement does not constitute a solicitation or guarantee of future contracts.