LIFTING SYSTEM
ID: SPMYM225Q1341Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Hardware Manufacturing (332510)

PSC

HAND TOOLS, NONEDGED, NONPOWERED (5120)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for a Synchronous Lifting System, a critical component for operations at the Puget Sound Naval Shipyard in Bremerton, Washington. The procurement is set as a 100% Small Business Set-Aside and requires compliance with specific material specifications, including the provision of hydraulic pumps, cables, and technical manuals, all adhering to Defense Acquisition Regulation clauses. This lifting system is essential for safely handling large ship hull sections, ensuring operational efficiency and safety in shipbuilding processes. Interested vendors must submit their quotes by June 16, 2025, and can direct inquiries to Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation (SPMYM225Q1341) for the procurement of a synchronous lifting system, including specific hydraulic hardware, for use at the Puget Sound Naval Shipyard. The offer due date is set for May 7, 2025, with detailed requirements stipulating the equipment must meet certain specifications, potentially from the manufacturer Enerpac. The context emphasizes compliance with various Defense Acquisition Regulations (DFARS) and includes specific clauses related to safeguarding classified information, cyber incident reporting, and supplier performance management. The contract is open to small businesses, especially those owned by service-disabled veterans, women, and HUBZone businesses. Additionally, detailed guidance is provided for secure base access, invoicing processes, and requirements for safety and certification. Noteworthy is the emphasis on security measures, particularly in safeguarding contractor information systems and reporting cyber incidents, aligning with federal regulations. There is a structured delivery arrangement, with a focus on completion by June 30, 2025, under specific inspection conditions, ensuring adherence to military standards. This solicitation reflects the government's commitment to acquiring essential operational support while ensuring compliance with security protocols and promoting small business participation.
    The document is an amendment to a solicitation for a Synchronous Lifting System issued by DLA Maritime Puget Sound. It updates the description for CLIN 0001 and extends the submission deadline from May 7, 2025, to June 16, 2025. The amendment outlines that all other terms and conditions remain unchanged. The revised equipment specifications specify requirements for four 10,000 PSI pump units, a 40-gallon reservoir, various sensors, and a control panel compatible with existing hydraulic jacks. Vendors must provide manufacturer specifications for any equivalent products offered, as incomplete proposals will not be considered. The amendment serves to inform potential contractors of these updates, ensuring they provide compliant offers within the new timeframe while maintaining focus on the technical specifications required for the project.
    The document is a Request for Proposal (RFP) for the procurement of commercial items related to a Synchronous Lifting System at the Puget Sound Naval Shipyard. The RFP details submission requirements, including a deadline of June 16, 2025, and specifies that businesses eligible for bidding include small businesses, particularly those owned by service-disabled veterans and women. The contract includes specific items such as hydraulic pumps and cables, certifications, and technical manuals, with the requirement for compliance to various Defense Acquisition Regulation clauses regarding safeguarding sensitive information and responding to cyber incidents. The contractor is responsible for adequate security measures and cyber incident reporting in compliance with the Department of Defense standards. The document outlines inspection criteria, delivery expectations, and payment processes, emphasizing the provision of quality products that meet established specifications. Additionally, contractors must navigate specific access and security protocols for Navy installations, highlighting the importance of regulatory compliance in government contracting.
    The document outlines specifications for a Synchronous Lifting System designed to lift large ship hull sections using synchronized hydraulic jacks. It requires vendors to provide detailed technical information and drawings to ensure compliance with operational standards. Key features include four hydraulic pumps each capable of up to 10,000 psi and a control system to manage uneven weight distribution across multiple jacks, ensuring level lifting within a tolerance of ±1/8 inch. The system must function effectively within a temperature range of 0 to 150 degrees Fahrenheit and have safety features compliant with OSHA and NAVSEA requirements. Components must include quality assurance documentation, comprehensive maintenance manuals, and certification of compatibility with existing jack systems. The procurement quality assurance process emphasizes operational testing and acceptance criteria, ensuring that the equipment meets all operational and safety standards. The summary encapsulates a robust framework aimed at enhancing the safety and efficiency of lifting operations in shipbuilding.
    The document outlines the Contract Data Requirements List (CDRL) required by the Department of Defense, including details for various data items related to contracts. It emphasizes compliance with specific standards and documentation processes required for contractor submissions, including titles, submission dates, and distribution statements. Each data item is categorized under specific types such as Technical Data Packages (TDP) and Test/Inspection Reports. The CDRL mandates that required documentation, including certification and reporting, be attached in the Wide Area Workflow (WAWF) e-Business Suite and specifies that acceptance of this documentation occurs alongside corresponding materials. The distribution of these documents is restricted to DoD and contractors only, with clear instructions for submission to designated personnel via email. This structure highlights the government's meticulous approach to ensuring quality, compliance, and traceability in contractual obligations, while also allowing vendors to provide precise and relevant information tailored to procurement requirements. Overall, the CDRL serves as a critical tool for managing and regulating contractor data submissions within federal contracts, promoting operational efficiency and accountability.
    Lifecycle
    Title
    Type
    LIFTING SYSTEM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    17--HOISTING UNIT,AIRCR
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of a hoisting unit, specifically the NSN 1730015939054, under a total small business set-aside. The requirement includes the delivery of one unit to the DLA Distribution Depot in Oklahoma within 167 days after order, with the approved source being 1Y128 7548685-10. This hoisting unit is critical for aerospace craft launching, landing, ground handling, and servicing operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    17--JACK,HYDRAULIC,TRIP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of hydraulic jacks, specifically NSN 1730001028441, under a total small business set-aside. The requirement includes the delivery of 11 units by 104 days after order (ADO) and 1 unit by 30 days ADO to DLA Distribution San Diego. These hydraulic jacks are critical for aerospace craft launching, landing, ground handling, and servicing operations, underscoring their importance in military logistics and support. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    Slewing Arm Davit (SLAD)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the Slewing Arm Davit (SLAD), a critical piece of deck machinery. This procurement aims to acquire a specialized system for overhead traveling crane, hoist, and monorail applications, which are essential for various naval operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested vendors should reach out to Ryan Cunningham at ryan.t.cunningham3.civ@us.navy.mil or call 445-232-2103 for further details and to ensure their proposals align with the requirements outlined in the solicitation.
    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.
    39--PARTS KIT,HOIST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for a procurement of a Parts Kit for a hoist, specifically NSN 3950016909573. The requirement includes the delivery of two units to DLA Distribution within 167 days after order placement, with the approved source being 34712 P013081. This procurement is critical for maintaining operational capabilities in materials handling equipment, which is essential for various defense logistics operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    39--HOIST,CHAIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a chain hoist, specifically NSN 3950015119007. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Joaquin within 167 days after the order is placed, with the approved source being 7ZL65 75113CA7-1202. This equipment is crucial for materials handling operations, ensuring efficient lifting and movement of heavy loads in various military applications. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    43--PUMPING UNIT,HYDRAU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two hydraulic pumping units (NSN 4320014302678). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential pumping equipment that plays a critical role in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    30--LEVER,MANUAL CONTRO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 34 units of a manual control lever (NSN 3040171135626). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable mechanical power transmission equipment in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.