FRCSW C2 and C3 Hoist Inspection and Repair
ID: N6852025R0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of Defense, through the Fleet Readiness Center Southwest (FRCSW), is soliciting proposals for the inspection, repair, and upgrade of C2 and C3 overhead electric traveling hoists at its facility in California. The procurement aims to ensure the functionality and safety of these critical materials handling systems, which are essential for military operations. This opportunity is set aside for small businesses, including those owned by veterans and women, and emphasizes compliance with safety and operational standards throughout the project. Interested contractors must submit their proposals by June 9, 2025, following a site visit scheduled for May 13, 2025. For further inquiries, potential bidders can contact Brandi Firestien at brandi.j.firestien.civ@us.navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil.

    Files
    Title
    Posted
    The government file outlines specific inquiries and responses pertaining to a Request for Proposals (RFP) related to remediation work. The primary focus includes site visit authorization due to site conditions and requirements for the remediation of heavy metal dust from a hoist crane before removal activities. Essential clauses from the Federal Acquisition Regulation (FAR), notably the applicability of FAR 52.219-14 concerning compliance assessment for small businesses, are discussed; however, it is confirmed that this clause does not apply as the contract falls under the commercial simplified acquisition threshold. Additionally, the government asserts that small businesses with substantial affiliations to large businesses are ineligible to bid, directing potential bidders to the Small Business Administration's affiliation criteria. The responses signify the government's commitment to ensuring compliance and safety during the contractual processes, particularly regarding environmental concerns and small business eligibility standards. This document serves as guidance for bidders on the expectations and regulations associated with the RFP process.
    The document outlines responses to questions regarding a federal Request for Proposals (RFP) associated with site remediation and related construction activities. Key issues addressed include authorization for site visits due to structural considerations, compliance with applicable small business clauses, and the necessity for remediation of hazardous materials such as heavy metal dust. Notably, it clarifies that certain clauses (FAR 52.219-14) do not apply since the project falls below the simplified acquisition threshold. Responses confirm the government's intentions regarding site visit logistics, contractor responsibilities, and the management of hazardous materials during the removal process, referencing updated Statements of Work (SOW) for clarity. The government has acknowledged the importance of scheduling and potential delays, indicating an awareness of the contractor's need for a staging area and accommodation for extended work hours. Overall, this document serves as a crucial reference point for potential bidders, outlining compliance requirements and expectations, while ensuring adherence to safety regulations and operational efficiency during remediation activities.
    This document serves as an amendment to a federal solicitation, specifically regarding Contract ID N6852025R0023, concerning the procurement and installation of overhead pneumatic/electric traveling hoist structures for the Fleet Readiness Center Southwest (FRCSW). Key changes include revising the Statement of Work, extending the proposal submission deadline from May 19 to May 27, 2025, and scheduling a site visit on May 13, 2025. The site visit aims to familiarize contractors with project requirements, and vendors must comply with safety equipment regulations. The main objective is to award a contract for the replacement of hoist structures, requiring contractors to demonstrate expertise in hoist maintenance and installation. Compliance with various safety and operational standards, including OSHA regulations, is mandatory. Contractors are expected to provide a detailed Plan of Action and Milestones (POA&M) to outline project timelines. The document also specifies requirements for materials and tools, emphasizes safety regulations, and outlines the inspection and acceptance criteria post-installation. This amendment and its associated requirements reflect the government's ongoing commitment to infrastructure modernization and safety in military operations, highlighting compliance, oversight, and the importance of vendor accountability during execution.
    This document outlines a Request for Proposal (RFP) for the acquisition of various hoist-related services by the Fleet Readiness Center Southwest (FRCSW). The solicitation number N6852025R0023 specifies the requirements for contractors to submit bids by May 27, 2025, following a scheduled site visit on May 13, 2025. The contract envisions work involving the analysis, design, removal, installation, and inspection and acceptance of hoists, delineated in several contract line items (CLINs) from 0001 to 0011. Of particular note are requirements for compliance with applicable military guidelines, warranties, and Contractor Acquired Property provisions. Additionally, vendors must adhere to safety protocols during site visits and answer queries by adhering to specified formats. The document emphasizes small business participation by indicating the project is set aside for small business entities, including those owned by specific groups such as veterans, women, and disadvantaged individuals. The detailed clauses incorporated reflect legal and operational standards necessary for compliance during project execution. Overall, the RFP aims to facilitate an open and competitive bidding environment while ensuring safety and regulatory adherence in service delivery.
    The document outlines an amendment to a government solicitation for the procurement, replacement, and installation of C2 and C3 overhead pneumatic/electric traveling hoists at the Fleet Readiness Center Southwest (FRCSW) in California. Key components of the solicitation include updated delivery terms, a revised Statement of Work (SOW), and specific requirements for technical knowledge, past performance, and proposal submission formats. The submission has specific instructions regarding the proposal's organization, which is divided into three volumes: Volume 1 focuses on technical capabilities; Volume 2 highlights past performance metrics; and Volume 3 addresses pricing. Offerors must demonstrate expertise in weight handling systems, meet Navy standards, and submit documentation of past contracts, including customer evaluations. Additionally, the proposal requires a detailed plan of action, compliance with industry safety standards, and documentation such as certificates of conformance and maintenance manuals. The overarching purpose of this amendment is to clarify requirements and ensure the successful completion of the contract while emphasizing the importance of safety, quality, and adherence to Navy guidelines throughout the project.
    The solicitation N6852025R0023 outlines a government request for proposals (RFP) for the analysis, removal, installation, and inspection of C2 and C3 hoists at the Fleet Readiness Center Southwest. The proposal deadline is set for June 9, 2025, with a site visit scheduled for May 13, 2025, where potential contractors can gain insight into the requirements and ask questions within specified guidelines. Key tasks include performing an analysis and design, removing and installing the hoists, and conducting inspections to ensure compliance with the Statement of Work (SOW). The contract favors small businesses, explicitly encouraging participation from service-disabled veteran-owned and women-owned small businesses. Payment terms and specifications for warranty coverage are included, emphasizing adherence to government procurement standards and regulations. The document also details inspection and acceptance procedures, delivery terms, and relevant provisions and clauses from the Federal Acquisition Regulation (FAR), ensuring compliance and accountability. This RFP represents a strategic initiative by the government to engage qualified contractors while enhancing operational capabilities at military facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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 requires compliance with various technical and quality specifications, including unique identification and valuation, inspection and acceptance protocols, and adherence to cybersecurity maturity model certification requirements. The chain hoist is critical for operational support within the Navy's logistics and maintenance framework. Interested vendors should direct inquiries to Eva A. Raczka at 771-229-0110 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of hoist cylinders. This contract involves the manufacture and supply of hoist cylinders, which are critical components used in various naval applications, ensuring operational efficiency and safety. The solicitation is open until December 31, 2025, and interested vendors must comply with specific quality assurance and inspection requirements, including adherence to military standards and regulations. For further inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS711.CIV@US.NAVY.MIL.
    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.
    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.
    HOISTING UNIT,AIRCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined 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.
    RING, SAFETY 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 safety hoists, classified under the NAICS code 332510 for Hardware Manufacturing. The contract will involve the supply of fittings for rope, cable, and chain, with a focus on compliance with various technical and quality requirements as outlined in the Individual Repair Part Ordering Data (IRPOD). These safety hoists are critical for ensuring operational safety and efficiency in naval operations. Interested vendors should direct inquiries to Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL, and must adhere to the submission guidelines and deadlines specified in the solicitation documents.