W912DW25Q8004 Mud Mountain Dam Crane Rental for Stoplog Picks
ID: W912DW25Q8004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (W038)

Set Aside

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

    The U.S. Army Corps of Engineers is seeking qualified small businesses to provide crane rental services for the installation and removal of metal stop logs at the Mud Mountain Dam in Enumclaw, Washington. The project requires the use of a Liebherr LTR 1060 or similar telescopic crawler crane, capable of lifting up to 100,000 lbs at a reach of 40 feet, with operations scheduled for July 2025 and October 2025. This procurement is critical for maintaining the dam's operational integrity and safety, as it involves heavy lifting in a challenging environment characterized by steep grades. Interested contractors must submit their proposals by June 18, 2025, and can direct inquiries to Whitny Hart at whitny.hart@usace.army.mil or Robert Gonzalez at robert.l.gonzalez@usace.army.mil.

    Files
    Title
    Posted
    This document outlines navigational directions leading to a specific address in Enumclaw, Washington. Starting from the I-5 S ramp toward Portland, it details a series of turns and distances to be traveled, including merging onto WA-18 E and followed by WA-164 E. The final destination is specified as 30525 SE Mud Mountain Rd, Enumclaw, WA 98022. The information is presented sequentially, providing precise mileages for each segment of the route, indicating a straightforward approach geared towards guiding an individual to a particular location. While the content primarily focuses on travel instructions, it may be associated with logistical planning in the context of travel related to government RFPs, federal grants, or local projects requiring precise site visits.
    The U.S. Army Corps of Engineers requires a crane with an operator for the installation and removal of metal stop logs at the Mud Mountain Dam in Enumclaw, WA. The operation consists of two primary tasks: installing three tunnel entrance stop logs, and subsequently removing them. Both tasks demand the use of a Liebherr LTR 1060 or similar telescopic crawler crane, capable of lifting up to 100,000 lbs at a reach of 40 feet. The contractor must verify weights and radii and conduct a site review before mobilization. The installation is scheduled for the week of July 14, 2025, and the removal for early October 2025. Safety compliance with EM 385-1-1 is mandatory, including the creation of a Site-Specific Safety Plan. Additionally, contractors must pre-screen candidates via the E-Verify program for employment eligibility. Payment will be made as a lump sum for all contracted services. This document outlines the technical, safety, and regulatory requirements necessary for successful project execution while highlighting the specific challenges posed by the steep grade at the dam site.
    The document serves as an amendment to a federal solicitation, specifically modifying the due date for proposals. Originally, the submission deadline was set for June 5, 2025, but the new revised date is June 18, 2025, at noon. This amendment falls under procurement procedures governed by federal regulations and must be acknowledged by potential contractors to ensure their submissions are considered. The contracting agency is the USA Engineer District in Seattle, which oversees the solicitation identified as W912DW25Q8004. It outlines that despite this amendment, all other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to avoid disqualification of their proposals. Overall, the purpose of the document is to officially communicate the change in the proposal submission timeline to interested parties, reflecting typical government practices in managing Requests for Proposals (RFPs). The concise nature of the amendment emphasizes regulatory compliance and ensures clarity for potential contractors involved in federal project bidding processes.
    The document is an amendment to a solicitation for a contract related to crane rental services, issued by the USA Engineer District in Seattle. It serves to clarify responses to inquiries received regarding the project, specifically addressing the mobilization and demobilization of the crane, the duration of use, and the load capacity requirements. The amendment confirms that the crane will require two separate mobilizations, not continuous service, with previous operations taking between 6-8 hours on-site. It also clarifies that the total weight consideration involves a maximum of 104,000 lbs, including safety factors, and specifies the necessary crane specifications. This document reflects typical processes in government RFPs by ensuring potential contractors fully understand requirements before submitting offers, underlining the importance of clear communication and comprehensive specifications in federal contracting processes.
    The document is a Request for Quotation (RFQ) by the U.S. Army Corps of Engineers for a contract focused on the placement and removal of stop logs at Mud Mountain Dam in Enumclaw, WA. This opportunity is exclusively set aside for small businesses and requires the provision of a crane with an operator to handle specific lifting tasks. Key requirements include the installation and removal of metal stop logs weighing up to 80,000 lbs, with work scheduled for July and October 2025. The document outlines submission instructions, including the necessity for contractors to register in the System for Awards Management (SAM) and provide various certifications related to telecommunications services. It also includes a detailed Statement of Work (SOW) and safety requirements according to the standard regulations. The evaluation criteria state that the award will go to the lowest-priced responsible quoter meeting all solicitation requirements. Overall, the RFQ emphasizes compliance, safety, and the need for qualified small businesses to engage in the project, reflecting the government's commitment to supporting local economies while fulfilling operational needs.
    Similar Opportunities
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for maintaining the structural integrity of the sediment retention system and mitigating potential flooding risks in the area. Interested contractors should note that the project is valued between $25 million and $100 million, with proposals due by December 19, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 1, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.
    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.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil 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.
    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.
    FY26 Willapa Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.