Base Elizabeth City Crane Inspection Services
ID: 70Z08125QELIZ0004Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide crane inspection services at Base Elizabeth City in North Carolina. The procurement involves conducting annual inspections and weight testing for various lifting equipment, including cranes and vehicle lifts, to ensure compliance with safety and operational standards. This initiative is critical for maintaining the mechanical reliability and safety of equipment used by the Coast Guard, thereby supporting their operational effectiveness. Interested contractors must submit their quotes by March 18, 2025, and direct any inquiries to Tami Clark at tami.n.clark@uscg.mil, with a performance bond potentially required for the contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Wage Determination Register under the Service Contract Act from the U.S. Department of Labor, detailing wage and fringe benefits for workers in specific occupations in North Carolina's Camden, Chowan, Pasquotank, and Perquimans counties. It outlines wage rates that contractors must adhere to based on when the contract is awarded, specifying minimum hourly wages of $17.75 for contracts after January 30, 2022, and $13.30 for earlier contracts. The wage determination includes a detailed table of occupations with corresponding pay rates, fringe benefits such as health and welfare, vacation, and holidays, and regulations under Executive Orders related to contractor benefits like paid sick leave. This register includes provisions for conforming job classifications not listed and mandates contractors ensure employees receive proper compensation based on the determined wage rates. The overarching purpose is to regulate and standardize compensation for workers under government contracts, ensuring compliance with labor standards while providing necessary worker protections and benefits.
    The document outlines a solicitation for bids for construction, alteration, or repair services at the U.S. Coast Guard Base in Elizabeth City, NC. It specifies that interested contractors must provide transportation, labor, equipment, and materials to assess the condition of various equipment, including cranes and lifts. The submission deadline for quotes is March 18, 2025, with quotes to be sent via email. Eligibility is limited to small businesses under NAICS code 811310, with a maximum size standard of $12.5 million. Contractors must be registered at SAM.gov to be considered. A performance bond may be required, and all bids must adhere to detailed solicitation provisions. Questions regarding the solicitation must be directed to the Contracting Specialist by March 11, 2025. The Government retains the right to cancel the solicitation if necessary, and the anticipated contract type is Firm-Fixed Price. This solicitation reflects the government's efforts to engage qualified small businesses in fulfilling public contract needs while promoting compliance and accountability in the bidding process.
    The document serves as an inventory list displaying various bridge cranes, hoists, boat lifts, and vehicle lifts managed by a government entity. Each entry includes essential details such as equipment identification numbers, descriptions, physical locations, capacities, manufacturers, and model numbers. The inventory highlights equipment capacities ranging from 2,000 lbs to 18,000 lbs, located in various facilities like hangars and maintenance shops. Notable manufacturers featured include Progressive, Dayton, Hi Tide, and Grove. The detailed listing is structured for asset management purposes, facilitating oversight and maintenance of these critical apparatuses. This information is crucial for government RFPs and operations, ensuring all equipment is appropriately documented and accounted for to support operational readiness and safety compliance.
    The document lists various buildings and their associated equipment at a specific facility, likely as part of a federal project aimed at inventorying assets for maintenance, upgrades, or operations. Each entry specifies a building identifier, equipment type (e.g., bridge cranes, monorail hoists, vehicle lifts), and corresponding equipment numbers, organized by building from #6 to #93. This inventory provides essential information about the facility's operational capabilities and equipment status, which is critical for decision-making related to future maintenance, upgrades, or funding requests. The overarching purpose aligns with government efforts to streamline operations and ensure safety and efficiency in facility management.
    The U.S. Coast Guard Base in Elizabeth City, N.C. seeks a contractor to conduct inspection and weight testing for various equipment, including cranes and vehicle lifts, across several specific buildings within the base. The contract spans one year, starting from the issuance of a Notice to Proceed, with the possibility of four one-year extensions. Contractors must provide all necessary materials and labor, comply with federal and state laws, and ensure safety and environmental standards are met during operations. Work must be scheduled during standard hours but outside hours can be arranged with prior approval. The contractor is responsible for site safety, material storage, and proper waste disposal according to applicable regulations. A detailed report of findings and certifications is required following the inspections, with timelines outlined for submissions and notifications. The document emphasizes compliance with government regulations, the importance of safety, and the expectation for the contractor to maintain communication with the Contracting Officers Representative (COR) throughout the project. This procurement aims to ensure operational safety and integrity for the equipment used by the Coast Guard, thereby supporting their mission effectiveness.
    The document outlines an annual job plan for maintenance and inspection of various lifting equipment, which includes hydraulic lifts, hoists, cranes, and forklifts, used in automotive applications. Each equipment type is associated with a specific reference code, detailing its frequency of required maintenance, which in all cases is set to an annual schedule. Notably, the document specifies weight capacity testing at 100% for automotive lifts as a critical component of the maintenance plan. This structured job plan ensures that all lifting mechanisms are regularly assessed for safety and functionality, aligning with regulatory standards and best operational practices. The overall purpose is to maintain mechanical reliability and uphold safety protocols within the context of federal guidelines, potentially in response to an RFP or grant initiative focused on equipment maintenance and safety compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Crane and forklift services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide crane and forklift services for the removal and installation of the MK15 Close-In Weapon System (CIWS) on the USCGC BERTHOLF at the Coast Guard Base in Alameda, California. The project requires a crane with a maximum outrigger load of 100 kips and a lifting capacity exceeding 30 tons, along with a forklift capable of lifting at least 20,000 lbs, operated by certified personnel during the operational period from March 17 to April 21, 2025. This procurement is critical for maintaining the operational schedule of the USCGC BERTHOLF, highlighting its significance to the Coast Guard's mission capabilities. Interested parties should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    Elevator service maintenance at CG Station Port Canaveral FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide elevator service maintenance at the Coast Guard Station in Port Canaveral, Florida. The procurement involves comprehensive elevator inspection and maintenance services, including preventative maintenance and routine inspections, with a contract duration of one base year and four optional renewal years. These services are critical for ensuring the operational efficiency and safety of elevator systems used in Coast Guard facilities. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    Open/Inspect/Report/Overhaul/Purchase of Hydraulic Cylinders for USCG
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the open, inspection, reporting, overhaul, and purchase of hydraulic cylinders. This procurement aims to ensure the operational readiness and maintenance of critical equipment used in various maritime operations. The hydraulic cylinders are essential for the functionality of material handling equipment, which plays a vital role in the Coast Guard's mission to safeguard the nation's waterways. Interested parties can reach out to Jeffrey Haycox at jeffrey.d.haycox@uscg.mil or Craig Lilly at Craig.J.Lilly2@uscg.mil for further details, as this presolicitation is part of the NAICS code 811310, with performance expected in Baltimore, Maryland.
    5-Year Crane Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year inspection service for a Manitowoc/National Crane Model 1400H at Malmstrom Air Force Base in Montana. The contractor will be responsible for conducting a comprehensive inspection and disassembly of the crane, ensuring all worn parts are replaced with OEM-approved items, and performing lubrication and functionality testing upon reassembly. This procurement emphasizes the importance of maintenance quality and adherence to manufacturer standards to ensure operational readiness and safety of military equipment. Interested parties, particularly Women-Owned Small Businesses, should contact Cody West at cody.west.2@us.af.mil or Ricardo Dominguez at ricardo.dominguez@us.af.mil for further inquiries, with proposals due by the effective date of March 3, 2025.
    BEJ Crane Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for crane services at the B. Everett Jordan Dam in Moncure, North Carolina, under the contract title "BEJ Crane Service." The procurement involves providing crane rental services and certified crane operators to assist with gate and conduit inspections over two phases from May 2025 to March 2026, requiring compliance with safety regulations and submission of critical lift plans. This opportunity is set aside for small businesses under NAICS Code 238990, with a total small business set-aside designation, emphasizing the government's commitment to engaging small enterprises in federal contracts. Interested parties must submit their price quotes and technical proposals by March 5, 2025, and can direct inquiries to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    USCGC KIMBALL Dockside FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside maintenance of the USCGC KIMBALL, scheduled for fiscal year 2025. The procurement aims to solicit bids for shipbuilding and repair services, emphasizing compliance with regulatory standards and best practices in the industry. This opportunity is crucial for maintaining the operational readiness and integrity of the Coast Guard's fleet, ensuring that vessels are equipped to perform their missions effectively. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Richard Rawlings at richard.n.rawlings@uscg.mil or 206-815-2112 for further details regarding the submission process and timelines.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.