VFDs for bridge cranes
ID: W911S226U2385Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide and install Variable Frequency Drives (VFDs) for two bridge crane hoists at the McAlester Army Ammunition Plant in Oklahoma. The project requires a complete turnkey solution, including site assessment, equipment procurement, installation, testing, commissioning, and training, all while ensuring compliance with specific electrical classification requirements. This procurement is critical for enhancing the operational efficiency and safety of the crane systems, which are essential for ammunition handling. Interested contractors must adhere to a six-month performance timeline starting March 1, 2026, and can contact David Fortune at david.c.fortune.civ@army.mil or 918-420-6445 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    VFDs for bridge cranes
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    LOW HEADROOM HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a low headroom hoist, identified as the Gardner Denver Hoist P3NA43LPJP010AAA43, with a lifting capacity of approximately 4,300 lbs (2.15 tons). The procurement requires a unique hoist configuration that allows it to sit close to the supporting beam, with a maximum distance of 14 inches from the beam to the hook, and includes specifications for a piston air motor and pendant control for precise operation. This equipment is critical for operations at the McAlester Army Ammunition Plant in Oklahoma, where efficient lifting solutions are essential. Interested vendors should contact David Fortune at david.c.fortune.civ@army.mil or call 918-420-6445 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    Repair/Replace Overhead Cranes on Fort Drum
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    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.
    Gantry Crane
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The procurement involves a comprehensive range of services, including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and national safety standards. This contract, which spans a base year with four optional renewal periods, is critical for maintaining the operational readiness and safety of essential manufacturing equipment, including lathes, robots, and CNC machines. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Contract Specialist Dustin Sexton at dustin.p.sexton.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.
    Switchgear Transformer Maintenance Service
    Dept Of Defense
    The U.S. Army Contracting Command – Rock Island is seeking quotations for Switchgear Transformer Maintenance Service at the McAlester Ammunition Plant, with a focus on inspection, maintenance, testing, and servicing of switchgear transformers in compliance with ANSI standards. This requirement is critical for ensuring the operational reliability of electric power distribution equipment and is set aside exclusively for small businesses under NAICS Code 335313. Interested contractors must submit their quotes electronically to Andrea Jones by December 29, 2025, at 12:00 PM CDT, including completed Attachments 0001 (Scope of Work) and 0002 (Pricing), with pricing valid for at least 30 days. For further details, contractors can reach out to Andrea Jones at andrea.jones36.civ@army.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC), aimed at crane replacement and rehabilitation across the USACE Northwestern Division. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity not exceeding $499,320,000, utilizing a two-phase design-build process to evaluate qualifications, technical approaches, and past performance in Phase One, followed by work plans, small business participation, and pricing in Phase Two. The project is critical for maintaining and upgrading crane and lifting device capabilities, ensuring safety and operational efficiency in various states. Interested parties must submit their proposals electronically by January 23, 2026, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Government Owned Contractor Operated Army Ammunition Plant Design, Build and Commission MATOC to support Industrial Base Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry feedback on the Draft Request for Proposal (RFP) for the Government Owned Contractor Operated Army Ammunition Plant Design, Build, and Commissioning Multiple Award Task Order Contract (MATOC) W519TC-25-R-0026. This procurement aims to modernize the industrial base by constructing and commissioning ammunition facilities, which are critical for maintaining national defense capabilities. Interested parties are encouraged to review the updated draft documents, including the Statement of Work and scoring matrix, and provide comments or questions by 3 PM Central Time on January 5, 2026, via email to the designated contacts, including Rebecca Bernard and SFC Pramod Khanal. One-on-one sessions are also available for further discussion on this opportunity.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.