SMALL BUSINESS SET-ASIDE - Facility Maintenance - Track Well Bridge
ID: N0016425Q0575Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Naval Support Activity Crane, is soliciting proposals for a facility maintenance contract focused on the construction and management of a new track well bridge at their Indiana location. This project aims to enhance access to an anechoic chamber by constructing a bridge capable of supporting forklift traffic, while ensuring compliance with safety and environmental regulations. The contract is set aside for small businesses, with a total planned expenditure of approximately $47 million and a performance period of 120 days post-award. Interested parties should contact Kelly Kapanzhi or Kacey Jones via email for further details and to ensure compliance with submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the Statement of Work (SOW) for the construction and management of a new track well bridge at Naval Support Activity (NSA) Crane in Indiana. This project aims to facilitate access to an anechoic chamber by building a new bridge covering the track well, which will allow for forklift traffic while ensuring safety and compliance with various regulations. Key requirements include fabrication drawings, installation of a 10,000lb capacity bridge, and adherence to safety and environmental guidelines. The contractor will also coordinate utility marking, maintain a quality control program, and prepare hazard analysis and accident prevention plans. Performance involves regularly updating the government on project progress and ensuring all workers are properly credentialed per security protocols. The project must be completed within 120 days post-Notice to Proceed (NTP), reflecting the urgency and importance of improving operational access at this military facility.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for a commercial contract related to the repair and accessibility of the anechoic chamber at Naval Support Activity Crane, Indiana. The procurement anticipates a single award under a 100% small business set-aside, emphasizing the necessity for managerial oversight, labor, materials, and adherence to environmental and quality control standards. The total planned expenditure is approximately $47 million, with a performance period of 120 days post-award. The deliverables include several Contract Data Requirements Lists (CDRLs) such as production reports, quality control plans, and hazard analysis reports. The solicitation details specific terms for submission, invoicing, and contract administration, outlining compliance with federal acquisition regulations. The overarching goal is to enhance facility functionality while promoting equitable opportunities for women-owned and small businesses, aligning with government procurement strategies targeted at fostering diversity and inclusion in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity Multiple Award Construction Contract (MACC) to support various construction projects within its jurisdiction in Indiana, with an estimated total value of $48.7 million. This solicitation is aimed at facilitating construction at multiple facilities, including the Lake Glendora Test Facility, and is open to full competition, requiring all offerors to be registered in the necessary government systems by the submission date. Proposals will be evaluated based on technical merit, management strategies, small business participation, and past performance, with a submission deadline of April 28, 2025. Interested contractors should ensure compliance with the proposal formatting guidelines and submit sealed proposals to Aaron Hohl at aaron.m.hohl.civ@us.navy.mil.
    Overhead Crane Repairs at Brookville Lake
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of an overhead crane at Brookville Lake in Indiana. The contractor will be responsible for providing all necessary labor, materials, and equipment to complete repairs on an ABELL-HOWE, Serial No. MC 66 763, 7.5-ton bridge crane, including component replacements and a load capacity test in compliance with ASME standards. This project is critical for maintaining operational safety and efficiency at the site, with all work to be completed within 60 calendar days following contract award. Interested contractors must submit their quotes by March 24, 2025, at 2 PM EST, and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.
    Crane Hoist and Conductor Bar Upgrade
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified vendors for the upgrade of a crane hoist and conductor bar at their facility in Lakehurst, New Jersey. The project involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with a new 3-ton wire rope hoist featuring a mechanical load brake and a 4-wire conductor bar, along with the installation of Variable Frequency Drive controls and other necessary components. This upgrade is crucial for enhancing operational capabilities and ensuring compliance with the Navy Crane Center’s latest standards, thereby supporting the safety and efficiency of crane operations. Interested parties should contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Monorail Crane System and Installation
    Buyer not available
    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.
    Crane Conditioning Monitoring
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking industry input for Crane Conditioning Monitoring and Reporting Support Services. The primary objective is to identify capable firms that can manage and maintain the "Connected Crane Condition Technology and Asset Integrity analysis system (CCM PRO)" across multiple military facilities, focusing on risk assessments, inspections, and reporting for 160 cranes, with potential for expansion. This initiative is crucial for ensuring operational safety and efficiency within military infrastructure, supporting broader federal guidelines related to maintenance and readiness. Interested parties must submit White Paper Capability statements by March 24, 2025, and can direct inquiries to Amanda Beall at amanda.beall@ssp.navy.mil or Cris D Beveridge at cris.beveridge@ssp.navy.mil.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking qualified contractors to provide maintenance and repair services for Vertical Transportation Equipment (VTE). The procurement aims to ensure the operational efficiency and safety of material handling equipment, which is critical for various military and logistical operations. This opportunity is set aside for small businesses under the SBA guidelines, with the work to be performed in Crane, Indiana. Interested parties should reach out to Melissa Lynn Willis at melissa.l.willis4.civ@us.navy.mil for further details regarding the presolicitation notice.
    CRAINS ISLAND HABITAT RESTORATION AND ENHANCEMENT PROJECT (HREP) STAGE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Crains Island Habitat Restoration and Enhancement Project (HREP) Stage 3. This project aims to enhance and restore habitats, requiring expertise in heavy and civil engineering construction, as indicated by the NAICS code 237990. The work is crucial for conservation and development efforts, contributing to environmental sustainability and ecosystem health. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil, with a contact number of 314-331-8506 for Michelle and 314-331-8621 for Whitney.
    Crane and Hoist Maintenance - Washington Aqueduct
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking letters of interest from qualified firms for Crane and Hoist Maintenance services at the Washington Aqueduct facilities. The procurement aims to identify small businesses, including those that are Veteran-Owned, Service-Disabled Veteran-Owned, and Women-Owned, to perform maintenance and inspections on 34 cranes and hoists that are critical for delivering potable water to approximately one million residents in Washington D.C. and Northern Virginia. The contract will encompass a base period of 12 months with four option years and may include a six-month extension, requiring the contractor to ensure compliance with safety standards, provide detailed inspection reports, and manage hazardous materials responsibly. Interested firms should contact Clark Miller at clark.b.miller@usace.army.mil to express their interest and capabilities.
    Y--John Ward Creek Bridge Replacement, KEMO
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park in Georgia. The project aims to replace an unsafe footbridge with a new pedestrian/equestrian bridge, stabilize the creek bed, and restore nearby trails, with a firm fixed price contract type specifically set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is crucial for enhancing public safety and infrastructure within the park, ensuring compliance with federal regulations, including the Davis-Bacon Act for wage determinations. Proposals are due by March 10, 2025, with a performance period from April 14, 2025, to April 13, 2026. Interested contractors can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743 for further information.
    TROLLEY, HOIST
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of TROLLEY, HOIST, under a presolicitation notice. This acquisition is specifically set aside for small businesses and aims to fulfill the requirements for overhead traveling crane, hoist, and monorail system manufacturing, which are critical for various naval operations. The contract will be awarded as a Firm-Fixed Price supply type, with a required delivery date of 30 days after receipt of order, and proposals are anticipated to be due by March 24, 2025. Interested parties should direct inquiries to Jennifer Boyle via email at jennifer.l.boyle16.civ@us.navy.mil and monitor the BetaSam website for updates and solicitation documents.