Engineering Services for Portal Crane Specification Review
ID: N6247025Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking qualified small businesses to provide engineering services for the review of technical specifications related to the Navy's 175-ton portal crane. The objective of this procurement is to evaluate the existing specifications and assess the feasibility of implementing a 10% basis of design for future procurements, which will enhance competition and clarify equipment requirements. This contract is critical for ensuring that the Navy's weight handling equipment meets safety standards while identifying cost-saving opportunities and aligning with industry practices. Interested parties must submit their quotes by August 13, 2025, at 2:00 P.M. ET, and should direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil. The contract will be a Firm-Fixed-Price (FFP) for a duration of six months, with a total small business set-aside under NAICS code 541330.

    Point(s) of Contact
    Files
    Title
    Posted
    This contract seeks professional services for the Naval Facilities Engineering Systems Command - Navy Crane Center (NCC) to evaluate technical specifications for the Navy's 175-ton portal crane and assess the use of a 10% basis of design for future procurements. The project involves a kickoff meeting, weekly updates, extensive data collection from approximately 366 pages of technical documents (including specifications, appendices, and exhibits), and stakeholder interviews. The evaluation will assess technical specifications for industry alignment, cost-saving opportunities, and prescriptive vs. performance-based approaches. A separate task will analyze the benefits and detriments of a 10% basis of design, including preliminary drawings and engineering calculations, to enhance competition and clarify equipment requirements. Deliverables include an initial report, a Q&A session, and a final presentation at NCC, Portsmouth, VA. The project milestones span 25 weeks, covering all tasks from data collection to final report presentation, aiming to improve competition, reduce costs, and maintain safety standards for Navy weight handling equipment.
    The document outlines a solicitation for professional services to support the Naval Facilities Engineering Systems Command - Navy Crane Center (NCC) focused on weight handling equipment. The contract aims to evaluate technical specifications for a 175-ton portal crane, ensuring compliance and readiness of such equipment across U.S. Naval installations. Key tasks involve organizing a kickoff meeting, conducting thorough data collection from approximately 366 pages of technical documents, performing evaluation assessments, and preparing comprehensive reports. The evaluation will include alignment with industry standards, identification of cost-saving opportunities, and recommendations for a 10% basis of design for future procurements. Milestones detail a 25-week timeline for completion, including initial and final report presentations to stakeholders. The project’s emphasis on improving safety and operational effectiveness reflects a commitment to excellence in naval engineering standards and procurement practices. This initiative showcases the strategic approach to modernizing technical requirements, enhancing competition, and ensuring capability across Navy operations.
    Amendment 0001 to RFP N62470-25-R-0015 addresses pre-proposal inquiries regarding work performance and submission requirements. It clarifies that most work, except for the kick-off meeting and final report, is anticipated to be remote. While weekly check-ins will primarily be conducted via MS Teams, additional meetings may be supported. The amendment also states there is no specific format required for proposal volumes (Technical, PPI, Price) or for pricing submissions, and no further pricing amendments are forthcoming. Furthermore, it advises that travel expenses for the kick-off meeting and final presentation should not be itemized separately, and one business day should suffice for travel related to each event, with potential for additional time if needed. The overall message emphasizes adherence to the original RFQ for proposal submissions.
    This document is a combined synopsis/solicitation (N62470-25-Q-0015) from Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, requesting quotes for a report evaluating Navy 175-ton portal crane technical specifications and the feasibility of a 10% basis of design for future procurements. This is a 100% small business set-aside with a NAICS code of 541330 and a $25.5 million size standard, resulting in a Firm-Fixed-Price (FFP) contract for six months. Quotes are due by August 13, 2025, 2:00 P.M. ET, and must include a technical submission, past performance, and price. Offerors must be registered in SAM and WAWF. The document details applicable FAR and DFARS clauses, including specific requirements for financial statements and banking contacts to determine contractor responsibility.
    The Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is issuing a request for quotes (RFQ) for a report evaluating the Navy's 175-ton portal crane technical specifications. Set aside exclusively for small businesses, this firm-fixed-price contract aims to assess design options, particularly the potential use of a 10% basis of design for future procurements. Contractors are urged to review relevant FAR and DFARS clauses applicable to this procurement, with a deadline for submissions set for 2:00 PM ET on August 13, 2025. Quotes must include a technical submission, past performance details, and pricing. To be eligible, contractors must be registered with the System for Award Management (SAM) and use the Wide Area WorkFlow (WAWF) system for invoicing. The selection will prioritize technical capability, price, and past performance, with the government reserving the right to award to the most advantageous offer without further discussions. The document underscores the commitment to small businesses and the importance of thorough compliance with federal acquisition regulations in this procurement process.
    The document is a combined synopsis/solicitation issued by the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic as a Request for Quote (RFQ) for evaluating the technical specifications of the Navy's 175-ton portal crane. It is exclusively set aside for small businesses, anticipating a Firm-Fixed-Price (FFP) Contract for a six-month term. Contractors are required to submit a comprehensive proposal that includes a technical submission, past performance, and pricing by the deadline of August 13, 2025. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) clauses that outline the rules and conditions applicable to the procurement process. Each offer will be evaluated based on technical capability, price, and past performance, with an emphasis on compliance with relevant regulations and requirements. The evaluation criteria prioritize technical and past performance equally against price. The document also emphasizes the importance of registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) for proposal eligibility, indicating the formal and structured nature of government procurement processes.
    The Naval Facilities Engineering Systems Command (NAVFAC) is issuing a Sources Sought Notice for market research and planning purposes, not as a Request for Proposals (RFP). NAVFAC is seeking information from both small and large businesses capable of providing professional services to the Navy Crane Center (NCC). The key focus is on evaluating 175-ton portal crane technical specifications and the potential use of a 10% basis of design for future procurements. The project includes meetings, data evaluation, and final report preparation, with a contract duration anticipated at 26 weeks. Interested parties must submit their details including company information, capability statements, and proposed compliance with contracting limitations. Submission guidelines specify a maximum of ten pages, excluding key introductory elements, to be emailed by a specified deadline. It's emphasized that the government will not reimburse any costs incurred in responding to this notice and retains the right to cancel the acquisition at any time. This notice serves to inform potential contractors and shape future solicitation processes, highlighting the government's focus on gathering input for effective procurement planning.
    Lifecycle
    Similar Opportunities
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract requires compliance with various technical and quality specifications, including unique identification and valuation, inspection and acceptance protocols, and adherence to cybersecurity maturity model certification requirements. The chain hoist is critical for operational support within the Navy's logistics and maintenance framework. Interested vendors should direct inquiries to Eva A. Raczka at 771-229-0110 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    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.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    2-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 2-ton chain hoist. This contract aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The chain hoist is critical for various operational tasks within the Navy, ensuring efficient handling and movement of heavy equipment. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the detailed requirements and deadlines specified in the solicitation documents.
    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.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire high-quality hoisting equipment essential for various military applications, ensuring compliance with specific technical and quality standards outlined in the solicitation. The goods will play a critical role in supporting naval operations and maintenance activities. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals due within 60 days of the closing date indicated in the solicitation.