35 Ton Mobile Crawler Crane
ID: RFP366924Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFFERMILAB - DOE CONTRACTORBatavia, IL, 60510, USA

NAICS

Building Equipment Contractors (2382)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    The Department of Energy, through Fermilab, is seeking proposals for the procurement of a 35 Ton Mobile Crawler Crane to support construction activities at the Sanford Underground Research Facility in Lead, South Dakota. The crane must meet specific technical requirements, including a gross lifting capacity of 70,000 lbs. at an 8-foot radius, and must be capable of disassembly for underground transport, reflecting its critical role in the Long-Baseline Neutrino Facility and Deep Underground Neutrino Experiment projects. Interested vendors are required to submit fixed-price quotations by March 11, 2025, with the contract expected to be awarded based on a Low Price Technically Acceptable selection method, and all inquiries should be directed to Procurement Specialist Sharon Duchaj at sduchaj@fnal.gov or by phone at 630-840-8693.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi National Accelerator Laboratory seeks proposals for procuring a 35-ton mobile crawler crane under Request for Proposal (RFP) #366924. The submission deadline is March 11, 2025, at 1:00 PM CT. Interested firms are to provide fixed-price quotations, addressing specifications outlined in specified appendices and indicating any exceptions. The awarded contract will be based on a Low Price Technically Acceptable selection method, requiring no discussions with bidders. Proposals must include parts pricing, lead time for delivery to the Sanford Underground Research Facility in Lead, South Dakota, and necessary submission documents such as the RFP page, parts sheet, and certifications. The procurement period is from the receipt of the purchase order until April 1, 2027, with all contractual inquiries directed to Procurement Specialist Sharon L. Duchaj. The terms and conditions for the award are accessible on Fermilab's website. This RFP emphasizes compliance, detailed documentation, and a competitive pricing strategy for successful bid evaluation in alignment with U.S. Department of Energy requirements.
    RFP 366924 outlines a request for proposals to supply a 35 Ton Mobile Crawler Crane at the SURF location in Lead, South Dakota. It includes two options for delivery: Option 1 and Option 2, both of which must be executed within 12 months following the original contract date. The document specifies the quantity as one of each option needed, assigned under the unit of measure "EACH". It does not include detailed information on pricing or lead times at this stage. This RFP is part of procurement efforts aimed at ensuring the availability of essential equipment for government projects, reflecting the government's commitment to enhancing operational capabilities through strategic sourcing.
    The document outlines a procurement specification for a 35 Ton Mobile Crawler Crane intended for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) at Fermi National Accelerator Laboratory. The crane will support construction activities for installing infrastructure at the Sanford Underground Research Facility in South Dakota. Key technical requirements include a gross lifting capacity of 70,000 lbs. at an 8-foot radius, hydraulic boom specifications, a maximum width of 9 feet 11 inches, and disassembly capabilities for underground transport. The vendor must also provide post-award deliverables, including operator manuals, inspection reports, training, and adequate shipping notifications. Quality control responsibilities rest with the vendor, necessitating thorough documentation and compliance management throughout the project. The crane is critical for the LBNF/DUNE project, enabling vital research in neutrino physics while adhering to necessary standards and logistical requirements for operation in an underground setting. The procurement process emphasizes safety, operational training, and timely delivery, reflecting broader governmental goals of pursuing advanced scientific research infrastructure.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the legal framework for subcontracting commercial products and services under their agreement with the U.S. Department of Energy. It defines critical terms, the subcontractor's role as an independent contractor, and the process for acceptance and performance standards. Key provisions include payment structures, inspection rights, indemnification responsibilities, and handling of changes or modifications to the subcontract. Subcontractors must maintain appropriate licenses, meet warranty requirements, and ensure that supplied products are genuine and not counterfeit. The document emphasizes adherence to applicable laws and safety standards, including environmental health and safety regulations. Dispute resolution procedures are detailed, including mediation and arbitration processes. Moreover, the document also highlights the need for compliance with federal acquisition regulations and specific clauses tied to various threshold values, mandating subcontractors to follow regulations related to labor standards and ethical conduct. Overall, this document serves to establish clear guidelines and expectations for performance, compliance, and accountability in subcontractor engagements to support the mission of Fermilab.
    The Proposal Certifications Document (PUR-466) provides guidelines for offerors submitting proposals to the Fermi Forward Discovery Group, LLC, particularly focusing on various certifications and compliance requirements based on the proposal dollar value. For proposals equal to or exceeding $10,000, offerors must address export control compliance, confirm compliance with the Buy American Act regarding construction materials, and assess rights to proposal data. Proposals above $150,000 require certifications regarding independent pricing, lobbying disclosures, and responsibility matters, while proposals over $500,000 necessitate commitments to combat trafficking in persons and compliance plans. The document lays out specific procedures for offerors to follow, including the identification of foreign end products, determining whether domestic materials are being used, and ensuring no irregularities in pricing or lobbying activities. The aim of these measures is to promote transparency, accountability, and compliance with federal regulations in procurement processes. The main goal is to facilitate fair competition while adhering to legal and ethical standards within government contracts.
    The document is the Subcontractor Annual Representations & Certifications (SARC) form issued by the Fermi Forward Discovery Group, LLC, a prerequisite for entities seeking subcontracting opportunities with U.S. government contracts. It collects comprehensive business and ownership information, including registration status, employee count, and federal tax identification. Offerors must provide representations about their business structure, ownership type, and compliance with federal regulations, particularly regarding size classification as small or large businesses and specific diversity categories. A significant section addresses executive compensation reporting obligations for organizations heavily reliant on federal funding, alongside the requirement for an accounting system review. The document stresses compliance with export and employment laws, emphasizing anti-trafficking policies and equal opportunity mandates. Offerors must certify the accuracy of their representations and agree to confidentiality regarding proprietary information exchanged with FermiForward. This form is crucial within the context of government RFPs and grants, ensuring that potential subcontractors fulfill necessary legal and ethical standards before contract awards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    20 Ton Carry Deck Mobile Crane
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of a 20 Ton Carry Deck Mobile Crane equipped with a diesel engine. This crane is essential for supporting the Deep Underground Neutrino Experiment (DUNE) at the Sanford Underground Research Facility, where it will be used for lifting and assembling various components of the scientific project. Proposals must be submitted by March 11, 2025, with an expected delivery timeline of no more than 26 weeks post-Purchase Order, and interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov. The procurement emphasizes compliance with federal regulations and requires adherence to the Low Price Technically Acceptable source selection method.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance (FRA), is seeking a qualified subcontractor for the construction of the Near Detector Complex as part of the Long-Baseline Neutrino Facility (LBNF) project at Fermilab in Batavia, Illinois. The procurement involves comprehensive construction services, including the development of a service building, excavation of shafts, and site improvements necessary to support the Deep Underground Neutrino Experiment (DUNE). This project is critical for advancing neutrino research and requires adherence to strict safety and environmental standards, as well as compliance with federal regulations such as the Buy American Act. Proposals are due by March 19, 2025, and interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project aims to establish critical infrastructure for advanced neutrino research, requiring comprehensive construction services including site preparation, structural work, and utility installation. The selected contractor will be responsible for adhering to stringent federal safety and quality standards, with an initial funding amount of up to $12 million, and additional funding anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.
    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.
    Solicitation - Mobile Maintenance Cranes
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of mobile maintenance cranes to be utilized at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement requires cranes capable of lifting 5,000 lbs to a height of 10 feet, featuring ride-on capabilities, compatibility with both electrical and diesel power, and essential safety features such as an automatic winch brake and emergency stop button. This equipment is critical for ensuring operational efficiency and safety standards in federal maintenance operations. Interested small businesses must submit their quotes by March 5, 2025, and can reach out to Joshua Miao at joshua.miao.1@us.af.mil or 520-228-3038 for further information.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the main lift cylinder on 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 documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of military equipment, with a performance period not exceeding 60 days from the contract award. Interested small businesses must submit their quotes by March 6, 2025, and can direct inquiries to Patrick Thomas at patrick.thomas.30@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil.
    CYLINDER LUFFING OFFSHORE MARINE RATED PEDESTAL CRANE
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is soliciting proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. The project requires contractors to provide labor and materials, ensure certified welding, and comply with safety and disposal regulations while upgrading critical marine infrastructure. This initiative reflects the government's commitment to enhancing operational efficiency and safety in its fleet, with quotes due by January 27, 2025, and a site visit encouraged on January 7th and 8th, 2025. Interested contractors should contact Carolyn Quinn at carolyn.quinn@dot.gov for further details and must be registered in the System for Award Management (SAM) at the time of award.
    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.
    Mobile Crane Inspection and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for mobile crane inspection and repair services at the Sierra Army Depot in Herlong, California. The contract requires comprehensive diagnostics and repairs for a Terex Model AC200-1 mobile crane, emphasizing the need for qualified contractors to provide labor, materials, and compliance with industry standards. This procurement is crucial for maintaining military infrastructure and ensuring operational readiness, with a total small business set-aside to encourage participation from small and veteran-owned businesses. Proposals must be submitted by 10:00 AM on March 31, 2025, and interested parties can contact Justin Lyu at justin.y.lyu.civ@army.mil or Tracy Worrell at tracy.e.worrell.civ@army.mil for further information.
    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.