N--WY GL DOWNSTREAM HOIST REPLACEMENT
ID: 140R6025Q0053Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (N036)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking bids for the replacement of downstream hoists at its Wyoming Area Office. The procurement involves acquiring two new electric trolley hoists, a 3-ton and a 4-ton model, designed for outdoor installation near freshwater environments, with specific operational capabilities and compliance with safety standards. This project is crucial for enhancing operational efficiency in water resource management. Interested small businesses must submit their offers by July 22, 2025, at 10:00 AM MDT, and can direct inquiries to Chris Zook at czook@usbr.gov.

    Point(s) of Contact
    Zook, Chris
    czook@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation has issued Request for Quote No. 140R6025Q0053 for the replacement of downstream hoists at its Wyoming Area Office. This procurement seeks two new electric trolley hoists—a 3-ton and a 4-ton hoist—designed for outdoor installation near freshwater environments. The acquisition includes revisions to specifications, detailing that the existing power cables will be reused, and clarifying hoist functionality and materials standards. The amendments also address responses to industry questions regarding hoist requirements and environmental considerations. Contestants must submit quotations satisfying the specified materials and delivery timelines, adhering to a firm-fixed price contract. Payment processing will occur via the Invoice Processing Platform, and contractors must conform to extensive Federal Acquisition Regulation clauses. By providing these hoists, the Bureau intends to enhance operational capabilities while adhering to safety and quality standards, underscoring the commitment to efficient water resource management and sustainability.
    The Bureau of Reclamation has issued a Request for Quote (RFQ No. 140R6025Q0053_0002) for the replacement of downstream hoists at the Wyoming Area Office. The amendment clarifies that the government will install the hoists, and the RFQ deadline has been extended to July 15, 2025. The acquisition requires one 3-ton and one 4-ton trolley hoist, both new and compliant with specified standards, including outdoor use near water. Vendors must acknowledge all amendments and provide detailed quotations valid for 90 days, with freight included, and payment processed through the Invoice Processing Platform (IPP). Key specifications include electrical power requirements, lifting heights, and material standards for components such as hooks and chains. Delivery is to be conducted to the specified government warehouse location, with adherence to business hours. Additional clauses cover compliance with procurement regulations, labor standards, and security requirements for contractor personnel accessing government facilities. This RFQ exemplifies the structured approach of federal contracting, focusing on precise technical requirements, compliance, and small business considerations.
    The government document is a Request for Quote (RFQ) from the Bureau of Reclamation for the replacement of GL Downstream Hoists in Wyoming. It specifies the procurement of two new electric trolley hoists, a 3-ton and a 4-ton model, both intended for outdoor installation near freshwater environments. The hoists require specific operational capabilities and compliance with relevant safety standards, including ASME B30.16. Quotations must include detailed specifications and a price schedule for the hoists and related freight costs, with all items delivered on a firm-fixed price basis. The solicitation also emphasizes the need for compliance with various federal regulations, and vendor qualifications, and sets a deadline for submissions by June 18, 2025, with delivery expected by August 25, 2025. Payment processes are outlined, mandating electronic invoicing through the Invoice Processing Platform. The document showcases the Bureau’s commitment to ensuring safety, operational efficiency, and adherence to federal procurement requirements in modernizing its operational equipment.
    The document outlines an amendment to a solicitation related to federal contracting, specifically identified as amendment number 140R6025Q0053. The amendment seeks to revise required specifications, address industry questions, and update clauses and provisions related to the contract. It specifies that offers must acknowledge the receipt of this amendment through designated methods, which ensures that submissions are considered valid and accepted by the due date. This communication serves as a formal modification of existing contracts/orders and emphasizes that the terms remain effective unless stated otherwise. The date and time for receiving quotes remain unchanged, and it includes instructions for signing and returning relevant forms. Overall, the amendment serves to clarify expectations and specifications for contractors participating in the solicitation process.
    The document pertains to the amendment of a solicitation or modification of a contract issued by the Bureau of Reclamation's Missouri Basin Regional Office. It outlines the procedures for acknowledging the receipt of the amendment, stipulating that offers must be acknowledged by the specified deadline to avoid rejection. The document includes instructions for contractors on how to submit changes to already submitted offers via letters or electronic communication, provided they reference the correct solicitation and amendment numbers. Key administrative details such as contract identification, description of changes, and necessary acknowledgments by the contractor are included. The amendment serves to formally update the terms of the solicitation and ensure compliance with federal guidelines. Overall, the document emphasizes procedural adherence for contractors to maintain their offers in the bidding process, reflecting the structured nature of government contracting and procurement practices.
    This document is an amendment to the solicitation 140R6025Q0053 issued by the Bureau of Reclamation for a project requiring bidders to submit offers. The main purpose of this amendment is to extend the deadline for submission of offers to July 22, 2025, at 10:00 AM MDT. It outlines the protocols for acknowledging receipt of the amendment, emphasizing that if the acknowledgment is not received by the specified date and time, the offer may be rejected. The amendment clarifies that installation is not required from the bidders; instead, the government will handle the installation. As such, bidders should refrain from including installation costs in their quotes. The document includes standard contractual language related to modifications, ensuring continuity of the existing terms and conditions. The role of the contracting officer, Natalie Oslund, is also noted, indicating her authority in the matter.
    The document is an official solicitation form related to a government Request for Proposal (RFP) for supplying and installing equipment—specifically, hoists and associated transportation services—for the Bureau of Reclamation. The solicitation outlines essential details, including item descriptions (3-ton and 4-ton hoists), delivery schedule by August 25, 2025, and instructions for submitting offers, which must comply with federal regulations. It designates the procurement as unrestricted and indicates that it incorporates clauses pertinent to service-disabled veteran-owned, HUBZone, and women-owned small businesses. The offeror is required to provide various information, including pricing and quantity specifications, and must return a signed document for acceptance. The contact point for inquiries is specified, showing transparency and allowing potential vendors to seek clarifications. Overall, the document's purpose is to facilitate the acquisition of specialized industrial machinery and ensure compliance with government procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    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.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    1-TON CHAIN HOIST
    Dept Of Defense
    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.
    2-TON CHAIN HOIST
    Dept Of Defense
    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.
    1-TON CHAIN HOIST
    Dept Of Defense
    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.
    1-TON CHAIN HOIST
    Dept Of Defense
    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.
    44--Thrust Bearing Oil Coolers Replacement
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.
    LOW HEADROOM HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a specialized low headroom hoist, specifically the Gardner Denver Hoist model P3NA43LPJP010AAA43, with a lifting capacity of approximately 4,300 lbs. This procurement aims to acquire a piston air hoist designed for environments with limited overhead space, featuring a pendant control for precise operation and a zinc-plated link chain for rust resistance. Interested parties should note that this opportunity is set aside for small businesses, and they can reach out to David Fortune at david.c.fortune.civ@army.mil or call 918-420-6445 for further details. The place of performance for this contract will be at the McAlester Army Ammunition Plant in McAlester, OK.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.