Load Test Service
ID: W50S8Z25QA016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY ORANG 173KLAMATH FALLS, OR, 97603-2108, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

EQUIPMENT AND MATERIALS TESTING- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H249)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Load Test Services at Kingsley Field ANGB in Oregon. The contractor will be responsible for providing all necessary equipment, labor, and materials to conduct inspections and load tests on 79 pieces of lifting and hoisting equipment, ensuring they are in sound condition and compliant with safety standards. This procurement is crucial for maintaining operational safety and compliance within the armed forces, with a total contract value estimated at approximately $19 million. Interested parties should reach out to Christin Davila at christin.davila@us.af.mil or Phillip Chik at phillip.l.chik2.civ@army.mil for further details, with the performance timeline set from September 18 to September 30, 2024.

    Files
    Title
    Posted
    The document details a Request for Information (RFI) for Load Test Services, specifically regarding equipment readiness and operational logistics. Key questions from potential respondents clarify whether all equipment would be available for testing during a single visit, to which the answer is affirmative. Additionally, it addresses the availability of a crane on-site, confirming that an overhead crane exists in designated buildings and a 10K forklift can be procured, but it must be operated by a certified military member. Furthermore, the use of a specific "Static Concrete Block" for testing is permitted, provided its weight is verified beforehand, and logistical considerations for moving the block are highlighted. This document serves as part of a federal solicitation process, aiming to ensure that all stakeholders understand the requirements and available resources for conducting load testing effectively.
    This document outlines a solicitation for load testing services by a Women-Owned Small Business (WOSB) as part of a procurement process. The primary requirement entails conducting inspections and load tests on 79 pieces of lifting equipment at Kingsley Field ANGB, Oregon, ensuring they are in sound condition and undamaged post-testing. The contractor must provide all necessary labor, materials, and equipment, producing a detailed report and load test certificates for each item tested. The total award amount for this contract is approximately $19 million. The solicitation specifies compliance with various federal regulations, including provisions for subcontracting and limitations, emphasizing the importance of adhering to the socio-economic objectives of the acquisition. The timeline for service performance spans from September 18 to September 30, 2024. This contract is aimed at bolstering operational safety and compliance with governmental standards, thereby demonstrating the federal commitment to supporting women-owned businesses while fulfilling essential operational needs within the armed forces.
    The document outlines the Statement of Work for Equipment Load Testing Services at Kingsley Field ANGB. The contractor is required to provide comprehensive testing for 79 items of lifting and hoisting equipment, including slings and cranes, ensuring each item is inspected and certified through load testing. The process aims to confirm the sound condition of the equipment and prevent any damage during testing. A detailed list of the equipment, along with their respective capacities and intended testing services, is included. Additionally, protocols regarding Organizational Conflicts of Interest (OCI) and Anti-Terrorism Operational Security (AT-OPSEC) are outlined, mandating contractor compliance with security policies and the need for background checks for access to government-controlled areas. This ensures the integrity and safety of operations within the facility. Overall, this document illustrates the federal government's commitment to safety, compliance, and effective management of critical equipment testing services.
    This document outlines federal and state/local Requests for Proposals (RFPs) and grants aimed at supporting various projects across different sectors. It emphasizes the importance of compliance with specified requirements and guidelines established by federal and local authorities to ensure successful proposal submissions. The key topics include funding opportunities available for projects focused on infrastructure, public health, environmental initiatives, and community development. The document highlights the application process, evaluation criteria, and deadlines that applicants must adhere to when submitting their proposals. It also details the criteria upon which proposals will be assessed, such as project viability, budget justifications, and anticipated impacts on the community or sector targeted. Additionally, the document discusses the significance of collaboration among local agencies, private sectors, and community stakeholders to maximize the effectiveness of funded projects. The overarching goal is to foster innovation, sustainability, and economic growth through strategic investments. Overall, this file serves as a pivotal resource for organizations seeking federal or state funding to address community needs while maintaining rigorous adherence to guidelines and leveraging partnerships for enhanced outcomes.
    Lifecycle
    Title
    Type
    Load Test Service
    Currently viewing
    Solicitation
    Similar Opportunities
    Annual inspections and load testing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Special Mission Training Center, is seeking qualified small businesses to conduct annual inspections and load testing of equipment. This procurement aims to ensure the maintenance and operational readiness of materials handling equipment, which is critical for the Coast Guard's mission effectiveness. Interested vendors must submit their pricing bids through the Unison Marketplace platform, with the solicitation closing on September 19, 2024, at 11:00 AM Eastern Time. For further inquiries, vendors can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Inspect and Certify Indoor Fall Protection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to inspect and certify indoor fall protection equipment at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for providing management, tools, supplies, equipment, and labor necessary for the inspection, testing, repair, and certification of hangar fall protection systems, ensuring compliance with ANSI Z359 standards and OSHA regulations. This procurement is critical for maintaining safety and operational integrity within the hangar environment, emphasizing the importance of regulatory adherence and effective communication throughout the contract's lifecycle. Proposals are due by 12:00 p.m. Alaska Time on September 19, 2024, and interested parties should contact Martin Khan at Martin.khan@us.af.mil or 907-551-0247 for further details.
    Cannister Load Cells for Engine Tests
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking quotations for Cannister Load Cells required for engine testing. This procurement is a Firm Fixed Price (FFP) contract aimed exclusively at small businesses under NAICS Code 334519, with a specific emphasis on acquiring Wika Sensor Technology Load Cells to ensure compatibility and avoid costly modifications. The selected equipment is critical for maintaining operational efficiency in defense capabilities, as it plays a vital role in measuring engine thrust during tests. Quotes must be submitted by September 23, 2024, by noon CDT, and all offerors must be registered in the System for Award Management (SAM) by the award date to be eligible. For further inquiries, interested parties may contact Relijah Sherman at relijah.sherman@us.af.mil or Marc J. Kreienbrink at marc.kreienbrink.1@us.af.mil.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary supervision, equipment, and materials to conduct inspections in compliance with Japanese Environmental Governing Standards and local regulations, ensuring the safety and operational integrity of the equipment. This contract is crucial for maintaining the functionality of lifting equipment at military installations and is anticipated to span a twelve-month base period with four optional years, totaling five years. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to participate in a mandatory site visit on September 26, 2024, with inquiries directed to Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    Army Combat Fitness Test (ACFT) Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Army Combat Fitness Test (ACFT) Equipment: The Department of the Army is seeking to procure ACFT equipment for the Army Combat Fitness Test (ACFT). The ACFT is a new physical fitness test for the Army that measures various aspects of fitness including muscular strength, endurance, power, flexibility, coordination, speed, agility, cardiovascular endurance, balance, and reaction time. The equipment includes items such as hexagon bars, bumper plates, barbell collars, nylon sleds, rubber medicine balls, kettlebells, and measuring tapes. The estimated quantity of equipment needed is between 26,000 and 30,000 sets. The equipment must be delivered to Army units by October 1, 2019. The procurement will be set aside for small businesses, and the government anticipates awarding a firm fixed price contract. The Request for Proposal (RFP) is expected to be released in December 2018.
    Crane Rental for Hill AFB Utah
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide mobile crane rental services for Hill Air Force Base and the Utah Test and Training Range in support of rocket motor operations. The contract requires vendors to supply mobile cranes on request, adhering to specific load handling requirements and safety regulations as outlined in the Statement of Work (SOW). This procurement is critical for facilitating the movement of rocket motors and ensuring compliance with military operational standards. Interested parties must submit their proposals, including a lift plan and pricing details, by the close of business on September 17, 2024. For further inquiries, contact Sheynah Clawson at sheynah.clawson@us.af.mil or Bryce Michelson at bryce.michelson@us.af.mil.
    Cranes Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting maintenance and repair services for cranes at the Fresno Air National Guard Base in California. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to perform the services as outlined in the Performance Work Statement, which includes specific tasks related to servicing cranes across three buildings. This procurement is critical for maintaining operational readiness at the military facility, and the contract is expected to be awarded based on the best value to the government, with a completion timeline from September 30, 2024, to November 28, 2024. Interested vendors must submit their quotations electronically by September 20, 2024, and can contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or (559) 454-5129 for further information.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a capacity of 40 tons. This procurement aims to secure a low-bed semitrailer capable of transporting various engineering construction equipment and vehicles, designed for tactical use in diverse environments and compliant with multiple safety standards. The contract will be a total small business set-aside, structured as a five-year Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with two optional years, allowing for a minimum of 10 and a maximum of 840 units to be ordered. Interested parties should note the extended proposal submission deadline of September 23, 2024, and can reach out to primary contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.