Intent to Sole Source Urgent & Compelling Crane Services for Naval Base San Diego
ID: N6247324P3805Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Port and Harbor Operations (488310)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), intends to award a sole source contract to R.E. Staite Engineering, Inc. for urgent crane services at Naval Base San Diego. The procurement involves the rental and operation of a Yard Derrick Floating Crane and a 65 Ton Floating Crane, along with the necessary labor for their maintenance and operation, necessitated by the breakdown of the existing YD 260 floating crane. This contract, valued at approximately $1.7 million, is critical for maintaining mission operations across several San Diego naval bases and is expected to commence on September 16, 2024, with a performance period of about 61 days. Interested parties may reach out to Christina Peer or Stephanie Livengood via email for further inquiries, although the decision to pursue competitive procurement remains at the Government's discretion.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy's Naval Facilities Engineering Systems Command Southwest seeks approval to award a sole source contract to R.E. Staite Engineering for waterfront crane operations due to an urgent need triggered by the breakdown of the YD 260 floating crane. The proposed contract, valued at approximately $1.7 million, will include both recurring and non-recurring services, encompassing a 65-ton floating crane rental for critical Navy operations across several San Diego naval bases. With a timeline shortened by unforeseen equipment failure, the urgency justifies limiting competition under 10 USC § 3204(a)(2). The contract is expected to commence on September 16, 2024, and will provide essential crane services to avoid disruption in mission-critical operations. Efforts to solicit other bids were minimal due to this urgency, and no further contracts for crane services are anticipated after this one-time procurement, ensuring compliance with fair competition standards post-service. The request has been certified for accuracy and legal sufficiency by the appropriate authorities within NAVFAC SW.
    NAVFAC SW plans to award a Sole Source contract to R.E. Staite Engineering, Inc. under FAR 13.106-1(b)(1)(i). The anticipated award date is September 13, 2024, with a performance period of approximately 61 days following the notice to proceed. R.E. Staite Engineering is uniquely qualified to fulfill this urgent requirement due to its proximity to Naval Base San Diego and familiarity with government protocols. The contracted services will include the rental and operation of a Yard Derrick Floating Crane and a 65 Ton Floating Crane, along with the necessary labor for their maintenance and operation. The relevant NAICS code is 488310, with a size standard of $47 million. Although this notice is not a solicitation for proposals, interested parties may submit responses via email to the provided contacts. Ultimately, the decision to pursue competitive procurement rests with the Government.
    Lifecycle
    Similar Opportunities
    39--Two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord located at Concord, CA. These cranes will be used to accommodate containerized operations on Pier 2 at the terminal. The cranes will have a capacity of 60 long tons and will be able to reach 13 containers across of transporting marine vessels. They will be equipped with a luffing boom and mechanized spreader capable of lifting both single and twin 20 foot containers and single 40 foot containers. The cranes will be designed, fabricated, assembled, tested, delivered, installed, and made ready for use in accordance with the contract specification. The estimated date for the solicitation to be available is 22 March 2019, and the estimated due date for proposals is 23 April 2019. Contractors are encouraged to register for the solicitation on the NAVY ELECTRONIC COMMERCE ONLINE (NECO) website.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    Maintenance, Repair, and Preservation of RCD Barge 40
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the maintenance, repair, and preservation of the Reactor Compartment Disposal Barge 40 (RCD Barge 40). The project involves a comprehensive scope of work, including the docking, cleaning, blasting, inspecting, and preserving various components of the vessel, as well as coordinating necessary surveys and inspections. This contract is critical for ensuring the operational readiness and safety of the RCD Barge 40, which is a vital asset for the Navy. Interested contractors must be registered with the System for Award Management (SAM) and are advised that the vessel will be available for work from March 3, 2025, to July 30, 2025. For further inquiries, potential bidders can contact Demetra Annest at demetra.l.annest.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    BRAND NAME OEM CRANE VALVES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for a firm fixed-price contract to supply brand name OEM Crane valves. This procurement is specifically aimed at acquiring various types of sea valves, including butterfly and gate valves, which are critical for military applications and must adhere to stringent specifications and delivery requirements. The contract is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises while ensuring compliance with military standards. Interested parties must submit their proposals by October 10, 2024, at 11:59 PM PST, and all inquiries should be directed to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    Watervliet Arsenal - Spare Parts for Crane B137
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking a sole-source procurement of spare parts for the Beaton Crane B137, with an estimated cost of $56,574.98. The required items include various components such as limit switches, roller guides, rope clamps, and motors, all essential for restoring the crane to its original operational capacity. Beaton Industrial, Inc., the original equipment manufacturer, is the sole source for these parts due to proprietary rights and the unavailability of complete specifications from other suppliers, making competitive bidding impractical. Interested vendors should direct inquiries to Stephanie Webster at stephanie.a.webster8.civ@army.mil, with bids due by October 7, 2024.
    CVN 71 Main Engine High Pressure Turbine No 2, 3, and 4
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), is seeking a qualified Original Equipment Manufacturer (OEM) to provide overhaul and repair services for the Main Engine High Pressure Turbines No. 2, 3, and 4 of the CVN 71 Nimitz-class aircraft carrier. The contractor will be responsible for delivering technical assistance, oversight, and repair services in accordance with OEM specifications, with work scheduled to take place at Naval Air Station, North Island, from December 9, 2024, to May 16, 2025. This procurement is critical for maintaining the operational readiness of the naval vessel, and the contract will be awarded under a sole source justification to Curtiss-Wright Chesapeake Branch, as they possess the proprietary knowledge and standards necessary for the turbines' repair. Interested parties must submit their expressions of interest and capabilities by October 9, 2024, at 10:00 PDT, and should direct inquiries to Bailey Butler at bailey.a.butler2.civ@us.navy.mil or by phone at 360-979-8516.
    Naval Base San Diego Base Operations Support Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Base San Diego (NBSD) and its surrounding areas in California. This total Small Business set-aside opportunity encompasses a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract that includes both recurring and non-recurring services across various operational areas such as Port Operations, Supply Services, Custodial, Pest Control, Grounds Maintenance, and Environmental Management. The services provided under this contract are vital for maintaining the operational readiness and efficiency of the naval base facilities. Interested parties can reach out to William Schreiber at william.c.schreiber2.civ@us.navy.mil or 619-705-4933, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details.
    Gantry Cranes Rehabilitation at Loyalhanna River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of two 64-ton gantry cranes at Loyalhanna River Lake in Saltsburg, Pennsylvania. The project involves extensive work including paint removal, electrical and mechanical component replacement, and modifications to the crane cabs, with a focus on safety and operational efficiency. This initiative is part of a broader effort to upgrade critical infrastructure, ensuring compliance with safety standards while engaging small businesses in federal contracting opportunities. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by 11:00 AM ET on September 26, 2024, with a project funding estimate between $5 million and $10 million. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or call 412-395-7157.