BEJ Crane Service
ID: W912PM25Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (W036)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide crane services and operator labor for the B. Everett Jordan Dam in Moncure, North Carolina. The procurement involves two phases of work, including the operation of rough-terrain cranes for gate and conduit inspections, with specific requirements for crane capacity, operator certification, and compliance with safety regulations such as EM 385-1-1 and OSHA guidelines. This opportunity underscores the importance of safety and regulatory adherence in federal contracts involving heavy equipment operations. Interested parties must submit a price quote and technical proposal by March 5, 2025, and can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.

    Files
    Title
    Posted
    The ENG FORM 6209, issued by the U.S. Army Corps of Engineers (USACE), serves as a Certificate of Compliance for Load Handling Equipment (LHE), rigging, and operator qualifications. This document ensures that all LHE and rigging gear meet the necessary federal, state, and local regulations, as outlined in EM 385-1-1, prior to any operation under a contract. It mandates that a responsible company official certify compliance and submit the completed certificate to the Contracting Officer before the commencement of LHE activities. The form includes details about the project, contract number, contractor and subcontractor information, and specifics about the LHE and operators. Key requirements include the training and qualification of operators, adherence to safety protocols, and reporting of accidents. The completed certificate must be maintained with each crane or LHE, ensuring accountability and compliance throughout the operation. This form is critical in fostering safety and regulatory adherence in government contracts involving load handling activities.
    The ENG FORM 6213, utilized by the U.S. Army Corps of Engineers (USACE), serves as a Critical Lift Plan Worksheet to ensure safe operations during crane lifts. This form outlines procedures and requirements for conducting critical lifts in accordance with the EM 385-1-1 Safety and Health Requirements Manual, complementing OSHA standards. The form collects essential data related to the total load, operator qualifications, crane specifications, pre-lift checklist, rigging information, and crane placement checks. Each section requires confirmation of compliance with safety inspections and operator certifications. The document emphasizes detailed load calculations and assessments of ground conditions to mitigate risks associated with lifting. Signatures from key personnel, including crane operators, riggers, signal persons, and lift directors, confirm participation and accountability. The overall aim is to promote safety, proper planning, and structured communication throughout the lifting process, thereby ensuring adherence to federal safety regulations in high-stakes environments. This critical lift plan is especially relevant in government contracts involving heavy equipment operations, reflecting a commitment to maintaining rigorous safety standards across federal and state projects.
    The document outlines specifics related to the installation of gates, including gate dimensions, weights, and crane placement for operations on an outlet tower owned and maintained by the U.S. Army Corps of Engineers (USACE). Key details highlight that the emergency gate weighs 24,000 lbs, while the service gate weighs 25,000 lbs, with a notable mention of crane placement before and after the installation of a load spreading beam. This beam facilitates crane operations during the installation process, emphasizing the importance of proper equipment and safety measures in governmental construction projects. The context suggests this information is relevant to RFPs and federal or local grants that may focus on infrastructure improvements and equipment handling compliance within government operations.
    The document outlines the fabrication details for stop log assemblies intended for the B. Everett Jordan Dam, managed by the U.S. Army Corps of Engineers. It includes a comprehensive bill of materials listing various steel components, specifications for material types, dimensions, and approximate weights of logs. The assembly involves using ASTM A709-50 grade steel and requires fracture critical welding techniques. The design features include lifting hooks and rubber seals, along with detailed assembly configurations. The documentation serves as a guide for contractors and engineers to ensure compliance with safety standards and fabrication protocols, emphasizing the importance of precise manufacturing in projects funded through federal grants and RFPs. Overall, it underlines the project's structural integrity and the multi-faceted approach to construction adhering to government regulations.
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor for crane rental services at the B. Everett Jordan Dam in Moncure, NC, to assist with gate and conduit inspections across two phases from May 2025 to March 2026. The contractor must provide a certified crane operator and a suitable mobile hydraulic crane, ensuring safety compliance with EM 385-1-1 and OSHA guidelines. Phase 1 involves the removal and inspection of two dam service gates, requiring a rough terrain crane with a capacity of 60-80 tons, available for up to 12-hour shifts over a 20-day period. Phase 2 requires the installation and removal of stoplogs at the tailrace, using a crane with a 50-70 ton capacity available for 24-hour shifts over 5 days. Key requirements include submitting Critical Lift Plans and ensuring workers complete security training. A site visit is scheduled for February 26, 2025, with strict procedures for invoicing and compliance with federal holidays outlined. The document emphasizes safety, regulatory adherence, and clear communication for the execution of the project.
    The U.S. Army Corps of Engineers has issued a solicitation (W912PM25Q0015) for commercial items focusing on crane services and operator labor. The solicitation, published on February 18, 2025, requires interested offerors to submit both a price quote and a technical proposal by March 5, 2025. The acquisition is set aside for small businesses under the NAICS Code 238990, with a size standard of $19 million. It outlines specific service requirements for both Phase One and Phase Two, detailing the quantity and type of services including rough-terrain crane operation, crane operator labor (both straight time and overtime), per diem, and critical lift plans. The document also emphasizes the necessity for compliance with various FAR clauses, inspection terms, and submission of representations and certifications relevant to federal procurement. The evaluation will focus on both pricing and technical acceptability, with a clear distinction between acceptable and unacceptable proposals. This solicitation illustrates the government’s commitment to engaging small businesses while adhering to regulatory requirements and technical specifications for successful project execution.
    Lifecycle
    Title
    Type
    BEJ Crane Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    BEJ Confined Space Rescue Team
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for Confined Space Rescue (CSR) Team services at the B. Everett Jordan Lake Project in Moncure, North Carolina. The procurement involves the provision of four CSR teams across two phases, focusing on gate and conduit inspections, with services required from May 2025 to March 2026. This initiative is critical for ensuring safety during inspections in confined spaces, adhering to OSHA regulations, and promoting small business participation under the NAICS Code 621910. Proposals are due by March 10, 2025, and interested parties should contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or 910-251-4785 for further details.
    BEJ Gate Wheels
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from small businesses for the supply of 14 gate wheels intended for Service Gate 10 at the B. Everett Jordan Dam in Moncure, North Carolina. The procurement requires the wheels to be constructed from ASTM A564 Type 630 stainless steel, adhering to specific material and dimensional specifications, including a minimum yield strength and hardness, with detailed quality assurance protocols outlined for testing and inspection. This contract is crucial for maintaining the operational integrity of the dam's infrastructure, ensuring compliance with safety and health regulations. Interested vendors must submit their price quotes and technical proposals via email by March 3, 2025, and all inquiries should be directed in writing by February 21, 2025, to the primary contact, Benjamin Rickman, at benjamin.t.rickman@usace.army.mil.
    Maintenance and Repair of Commercial, Industrial Machinery Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of commercial and industrial machinery and equipment at Fort Liberty, North Carolina. This opportunity encompasses the upkeep of approximately 540 cranes, hoists, scales, dock levelers, and vehicle lifts, with a focus on ensuring safety, efficiency, and compliance with established standards such as OSHA and ANSI. The contract will be structured as a firm-fixed-price arrangement over a five-year period, emphasizing the importance of maintaining operational capabilities without disrupting regular activities. Interested parties should contact Vandetta M. McGoogan at vandetta.m.mcgoogan.civ@army.mil or 910-396-9728 for further details, and responses to the Sources Sought Notice are encouraged to facilitate small business participation in this procurement.
    Tobyhanna Army Depot Radome Crane Service and Operator
    Buyer not available
    The Department of Defense is soliciting proposals for crane services and operators at the Tobyhanna Army Depot in Pennsylvania, specifically for the installation of a radome for the Large Fixed Antenna. The contractor will be responsible for providing a certified crane capable of hoisting a 9,000-pound radome cap to a height of 50 feet, with the performance period set from April 1 to May 1, 2025. This contract is crucial for ensuring the operational readiness of military communications systems, and it emphasizes compliance with federal regulations, safety standards, and security protocols. Interested small businesses should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details and to submit proposals.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    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.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to repair the main lift cylinder of a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary certification documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested vendors must submit their quotations by 09:00 AM EST on February 24, 2025, and are encouraged to direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    Monorail Crane System and Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide a freestanding monorail crane system and installation for the 128th Air Refueling Wing in Wisconsin. The procurement includes specific requirements regarding the crane's dimensions, capacity, and installation specifications, emphasizing the need for suppliers to have active registrations in the System for Award Management (SAM). This initiative is crucial for enhancing operational capabilities within military facilities, and interested bidders must submit their quotes by March 18, 2025, following a mandatory site visit on March 4, 2025. For further inquiries, potential bidders can contact Mark Tonkinson at mark.tonkinson.2@us.af.mil or by phone at 414-944-8517.
    Philpott Bulkhead Testing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Wilmington District, is soliciting quotes for strength and material testing of the Philpott Dam's secondary bulkhead in New Hanover County, North Carolina. The contractor will be responsible for conducting various tests on the bulkhead's steel and welds, including chemical analyses, tensile, bending tests, and 100% non-destructive testing of fillet welds, following a detailed Performance Work Statement. This procurement is critical for ensuring the structural integrity and safety of the bulkhead after inspections revealed weld inconsistencies and a fractured beam. Interested contractors must submit both a price quote and a technical proposal via email by February 24, 2025, with inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide crane inspection services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The procurement requires comprehensive management, tools, supplies, equipment, and labor to ensure the inspection, maintenance, and operational testing of National Crane 1400C booms, adhering to federal, state, and local regulations, as well as Air Force technical orders. These services are critical for maintaining equipment safety and operational readiness, with strict quality control measures and compliance requirements outlined in the Performance Work Statement. Interested contractors should contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil for further details, with proposals due within 10 days of request submission.
    FY26 COASTAL STORM RISK MANAGEMENT CAROLINA BEACH & VICINITY, NEW HANOVER COUNTY, NORTH CAROLINA.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the FY26 Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This presolicitation opportunity involves heavy and civil engineering construction, specifically focusing on the maintenance of dredging facilities to enhance coastal resilience against storm risks. The project is critical for safeguarding the local infrastructure and environment from potential storm damage, ensuring the safety and sustainability of the coastal community. Interested parties can reach out to primary contact Diana Curl at diana.d.curl@usace.army.mil or by phone at 910-251-4915, or secondary contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.