19--Telescoping Crane and Corresponding Control System
ID: 1305M225Q0142Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

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

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified vendors to supply a new telescoping crane and corresponding control system for the NOAA Ship Bell M. Shimada, replacing the existing Knuckleboom Crane. The procurement requires the crane to meet specific standards, including ABS and API-2C certifications, with a working load limit of 10,000 pounds and a 70-foot outreach, while ensuring compliance with USCG regulations and incorporating a wireless control system. This equipment is crucial for NOAA's marine operations, enhancing the vessel's capabilities for various missions. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their quotations electronically by the specified deadline, with installation and certification documents due by July 24, 2026. For further inquiries, vendors can contact Kelani Lawrence at KELANI.LAWRENCE@NOAA.GOV or Ashley Perry at ASHLEY.PERRY@NOAA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) is requesting proposals to supply a new telescoping crane and control system for the NOAA Ship Bell M. Shimada, replacing the existing Knuckleboom Crane. The new crane must meet specific standards, including ABS and API-2C certifications, and be designed for failsafe operation adhering to USCG regulations. Key requirements include a 10,000-pound working load limit, a 70-foot outreach, and features like simultaneous function operation and stainless steel components. The crane should integrate with the existing hydraulic power unit and use an updated wireless control system, along with a PLC-based load monitoring system for safety. Deliverables include installation manuals and ABS certification, with installation aligned to the vessel's annual dockside repair schedule. The proposal emphasizes the need for quality assurance and coordination with designated NOAA personnel for delivery and installation logistics.
    The document outlines a government solicitation for a Women-Owned Small Business (WOSB) to procure a new telescoping crane and control system for the NOAA Ship Bell M. Shimada. It details the procurement process under FAR guidelines, including responsibilities for delivery, supervision, and conformance to specifications. Quotations must be submitted electronically, with due consideration for the due date and proper formatting as per the provided blocks on the Standard Form 1449. The solicitation encourages compliance with various federal acquisition regulations, emphasizes minority business support through specific set-aside provisions, and integrates clauses regarding performance, disputes, and payment protocols. The crane’s installation, operation, and maintenance manuals and certification documents are required by the contract’s deadline of July 24, 2026. Compliance with NOAA's policies on workplace safety, including sexual assault and harassment prevention, is also mandated, ensuring that contractors maintain a respectful work environment. This solicitation promotes procurement from small and economically disadvantaged businesses, demonstrating the government’s commitment to enhancing diverse participation in federal contracting.
    The National Oceanic and Atmospheric Administration (NOAA) is issuing a Sources Sought Notice as part of its market research for procuring a new telescoping crane and control system to replace the existing knuckleboom crane on the NOAA Ship Bell M. Shimada. This notice is not a solicitation but aims to gather information from potential vendors in line with Federal Acquisition Regulation guidelines. The crane should meet several stringent specifications, including ABS and API-2C standards, fail-safe operations, and a minimum working load capacity of 10,000 pounds at specific outreach measurements. Proposals must outline the vendor’s capabilities, company identification, size classification, and provide evidence of past experiences relevant to the requirements. Interested businesses are asked to submit their responses by July 24, 2025, and must deliver all required documentation and certifications by July 24, 2026. This initiative reinforces NOAA's commitment to maintaining and enhancing maritime operations through reliable and advanced equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    ACV-R Crane Integration
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    M--TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified port agent to provide services for the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal, with a performance period from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot arrivals and departures, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is critical for supporting NOAA's hydrographic research activities in Lake Erie and Lake Ontario, ensuring safe and efficient navigation through these waterways. Interested vendors must submit their quotations electronically by November 28, 2025, at 5:00 p.m. ET, to Alexander.Cancela@noaa.gov, and are encouraged to direct any questions in writing by November 24, 2025, at 9:00 a.m. ET.
    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.
    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.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    Request for Information (RFI) Barge Crane-Cavite City, Philippines
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Request for Information (RFI) to identify potential vendors for a 60-ton floating crane intended for the Philippines Navy through Foreign Military Sales. The crane must be fixed to a floating barge, comply with Philippine EPA regulations, and meet specific lifting capacities from the barge, with detailed machinery and equipment requirements outlined. Interested parties are encouraged to submit their company information, technical specifications, and any relevant experience by the specified deadline to William Heller at William.J.Heller1@uscg.mil, noting that this RFI is for market research purposes only and does not constitute a solicitation for proposals.
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.