Overhead Crane Repairs at Brookville Lake
ID: W912QR25QA022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

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

PSC

MAINTENANCE OF DAMS (Z1KA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document consists of representations and certifications required for businesses applying for federal government contracts or grants. It includes key information boxes for companies to complete, such as name, address, contact details, business classifications (large, small, HUBZone, 8(a), women-owned, economically disadvantaged women-owned, and service-disabled veteran-owned), and registration status with the System for Award Management (SAM). The document also requires a Tax Identification Number (TIN), Unique Entity Identifier, and CAGE Code. This standardized form is crucial in ensuring that businesses are appropriately categorized and eligible for government opportunities, facilitating compliance with federal regulations outlined in the Federal Acquisition Regulation (FAR). By verifying business classifications and registration status, the government aims to foster equal opportunity and transparency in public procurement processes.
    The document outlines a sign-in roster for a site visit at Brookville Lake on March 13, 2025. It collects basic information from attendees, including names, organizations, phone numbers, and email addresses. The purpose of this gathering likely relates to an upcoming federal or local Request for Proposal (RFP) associated with projects such as the W612QR25QA022 Overhead Bridge Crane. Although specific objectives of the visit are not detailed, the context suggests it is part of the federal grant and RFP process aimed at evaluating proposals for projects at Brookville Lake. Collectively, the attendance data implies collaboration and stakeholder engagement essential for project development and funding considerations. Overall, this document serves a functional role in administrating site access and facilitating communications among potential bidders or participants in the federally funded initiative.
    This document outlines a solicitation for a contract focused on the repair of an Overhead Bridge Crane at Brookville Lake, Indiana, indicating that the project is open for bids from Women-Owned Small Businesses (WOSB). The requisition number W912QR25QA022 is associated with the acquisition, and contractors must submit their offers by March 24, 2025, at 2:00 PM ET. The project includes multiple tasks such as replacing brake assembly and conducting load tests, with all work to be completed within 60 calendar days post-award. The contracting process emphasizes strict compliance with federal and state regulations, requiring contractors to be registered in the System for Award Management (SAM) and to adhere to specific cybersecurity measures outlined by NIST SP 800-171. The contract award will be based on the lowest price, and bidders are encouraged to conduct a site visit to familiarize themselves with existing conditions. It contains provisions for electronic payment via Electronic Funds Transfer and stipulates that the bids must comply with requirements set out for small businesses, including Economic Disadvantaged Women-Owned Small Business and other classifications. Technical inquiries are to be submitted through ProjNet, with strict deadlines established for both question submissions and subsequent clarifications. Overall, this document serves as a formal invitation to submit competitive bids for a critical repair project while ensuring adherence to governmental compliance and standards.
    The Statement of Work outlines the requirements for the repair of an overhead bridge crane, specifically an ABELL-HOWE, Serial No. MC 66 763, located at Brookville Lake, Indiana. The contractor is responsible for providing all necessary materials, tools, and labor to replace various crane components as detailed in the project scope, including a brake assembly and trolley wheel bearings. After completing the repairs, the contractor must conduct a 100% load capacity test in line with ASME standards and submit a Critical Lift Plan for approval. Additional responsibilities include maintaining safety procedures, obtaining necessary permits, providing equipment and skilled personnel, and ensuring compliance with Federal, State, and local regulations. The project emphasizes the importance of environmental protection, accident reporting, and public safety during crane operations. Contractors are required to have qualified personnel and proper safety plans in place, including an Accident Prevention Plan. Submittals must be provided in advance for approvals, and all work must be completed within 60 calendar days after contract award, underscoring efficient project management and adherence to regulations.
    The document is the Wage Determination No. 2015-5783, issued by the U.S. Department of Labor, detailing wage standards for contracts subject to the Service Contract Act (SCA) in Indiana for 2025. It outlines that contractors must pay workers at least $17.75 per hour under Executive Order 14026 for contracts awarded after January 30, 2022, or $13.30 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified in the determination. The document lists various occupations, their corresponding wage rates, and specifies fringe benefits such as health and welfare payments, vacation, and holidays. Additional notes clarify provisions for paid sick leave and uniform allowances. Furthermore, it provides a conformance process for unlisted jobs, enabling the classification of positions not specifically addressed in the document to ensure equitable wage rates. This wage determination is essential for compliance with federal contracting requirements, ensuring fair compensation and worker protections in government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Mobile Crane Inspection and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for mobile crane inspection and repair services at the Sierra Army Depot in Herlong, California. The contract requires comprehensive diagnostics and repairs for a Terex Model AC200-1 mobile crane, emphasizing the need for qualified contractors to provide labor, materials, and compliance with industry standards. This procurement is crucial for maintaining military infrastructure and ensuring operational readiness, with a total small business set-aside to encourage participation from small and veteran-owned businesses. Proposals must be submitted by 10:00 AM on March 31, 2025, and interested parties can contact Justin Lyu at justin.y.lyu.civ@army.mil or Tracy Worrell at tracy.e.worrell.civ@army.mil for further information.
    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.
    MDC 3489 CELRE FLOATING CRANE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a floating crane under the project title "MDC 3489 CELRE FLOATING CRANE." This opportunity is categorized as a Sources Sought notice, indicating the need for information on potential suppliers capable of fulfilling the requirements related to ship building and repairing, as outlined under NAICS code 336611. The floating crane is essential for various military operations and maintenance tasks, emphasizing the importance of reliable and efficient maritime support capabilities. Interested parties are encouraged to reach out to the primary contact, Domenic Sestito, at domenic.l.sestito@usace.army.mil, or the secondary contact, Michael J. Hunter, at michael.j.hunter@usace.army.mil, for further details regarding this opportunity.
    MSU Gantry Crane Control Boards
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking quotes from small businesses for the procurement of gantry crane control boards necessary for the 2025 mat sinking unit season. The contract, valued at approximately $57,000, requires specific brand name parts, including DC drives and communication boards, to ensure operational efficiency and compliance with OEM performance standards. This procurement is critical for maintaining the functionality of the gantry crane consoles, which are essential for the Corps' operations. Interested vendors must submit their firm-fixed-price quotes by the specified deadline, with all inquiries directed to Jasmine Lewis at Jasmine.Lewis@usace.army.mil or by phone at 601-631-5354.
    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.
    CYLINDER LUFFING OFFSHORE MARINE RATED PEDESTAL CRANE
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is soliciting proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. The project requires contractors to provide labor and materials, ensure certified welding, and comply with safety and disposal regulations while upgrading critical marine infrastructure. This initiative reflects the government's commitment to enhancing operational efficiency and safety in its fleet, with quotes due by January 27, 2025, and a site visit encouraged on January 7th and 8th, 2025. Interested contractors should contact Carolyn Quinn at carolyn.quinn@dot.gov for further details and must be registered in the System for Award Management (SAM) at the time of award.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide crane inspection services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all management, tools, supplies, equipment, and labor necessary to perform inspections and maintenance on National Crane 1400C booms, ensuring compliance with federal, state, and local regulations, as well as Air Force technical orders. This procurement is critical for maintaining the operational readiness and safety of essential equipment used by the Air Force. Interested vendors must submit their quotes by March 14, 2025, and are encouraged to direct any questions to SrA Mauranda Racer at mauranda.racer@us.af.mil or Mrs. Donna Doss at donna.doss.1@us.af.mil. The estimated maximum value of the contract is $870,000, with a performance period of 1825 calendar days following contract award.