75 Ton Rubber Tired Gantry Crane
ID: W911N2-26-Q-A012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, 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 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.

    Files
    Title
    Posted
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) used by government personnel to specify data deliverables from contractors. This particular form, updated on June 17, 2025, details the requirement for
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) for a 75-ton rubber-tired gantry crane, specifically outlining the requirement for "Level 1 OPSEC Training." The document mandates that the contractor submit certificates of completion for all contractor and subcontractor employees requiring access to Army installations. These certificates must be sent to the TPOC (john.w.mason2.civ@army.mil) via email within 30 calendar days of training completion. The form also includes detailed instructions for both government personnel and contractors on how to complete each item, covering aspects like data item numbering, submission frequency, distribution, pricing groups (Group I, II, III, and IV), and estimated total prices. The CDRL is prepared by John Mason and approved by Mason.John.William.1019536412.
    The DD Form 1423, February 2024, outlines the Contract Data Requirements List (CDRL) for the acquisition of a 75 Ton Rubber Tired Gantry Crane. This document specifies the requirement for Data Item A003, titled “iWATCH Training,” which mandates the contractor to submit certificates of completion for all contractor and subcontractor employees requiring access to Army installations. These certificates must be submitted electronically to the TPOC (john.w.mason2.civ@army.mil) within 30 calendar days of training completion. The form provides detailed instructions for both government personnel and contractors on how to complete each item, including categories for data, system/item identification, contract references, requiring office, and distribution statements. It also defines four price groups (Group I, II, III, and IV) for estimating the cost attributable to data production, ensuring that only direct costs are included, excluding any amounts for rights in data. The document emphasizes clarity, compliance, and proper documentation for all data deliverables in government contracts.
    The DD Form 1423, updated in February 2024, is a Contract Data Requirements List (CDRL) used by the federal government to specify data deliverables from contractors. This particular form, identified as A004, mandates the submission of Equipment Safety Data Sheets (SDSs) for hazardous materials (HazMat) in a 75-ton rubber-tired gantry crane prior to shipping. The SDSs must comply with LEAD Safety Bulletin 23-02 10.4.o and be provided electronically to the Technical Point of Contact (TPOC), John W. Mason. The document also provides detailed instructions for both government personnel and contractors on how to complete and interpret the DD Form 1423, including guidelines for pricing data items based on the effort required for their development and submission. This ensures that essential safety information is delivered efficiently and in accordance with regulatory standards.
    The DD Form 1423, updated February 2024, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data item A005, the "AMLD Form 4783 LEAD Contractor Chemical Checklist and SDSs," required for a 75-ton rubber-tired gantry crane. Contractors must submit this checklist and Safety Data Sheets (SDSs) to the TPOC (john.w.mason2.civ@army.mil) for review by various safety and environmental offices before hazardous materials are brought onto the DEPOT. All hazardous materials must be removed by the contractor at the end of each workday. The document also provides comprehensive instructions for both government personnel and contractors on how to complete and interpret the DD Form 1423, including guidelines for pricing data items based on the effort required for their submission.
    The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is a technical message for resolving display issues, not a federal government RFP, grant, or state/local RFP.
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) for the acquisition of a 75-ton rubber-tired gantry crane. This document specifies the requirement for electronic schematic files (Data Item A007) to be provided upon contract completion. These files must include all finally approved drawing revisions and field changes. The requiring office is the Directorate of Strategic Management (DSM), and the electronic files are to be emailed to John Mason (john.w.mason2.civ@army.mil) as the technical point of contact. The form also includes detailed instructions for both government personnel and contractors on how to complete the DD Form 1423, including guidelines for pricing data items based on the effort required for their development and delivery.
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) used in government contracting, specifically for a 75-ton rubber-tired gantry crane. This document outlines the requirement for a Final Inspection Checklist and Certification (Data Item A008). The vendor is responsible for creating this checklist based on federal, state, and local requirements for the final inspection and acceptance of the crane. The certification document must also be provided by the vendor. The requiring office is the Directorate of Strategic Management (DSM). The document specifies that electronic copies of the Final Inspection Checklist should be emailed to John Mason (john.w.mason2.civ@army.mil). The form also includes detailed instructions for both government personnel and contractors on how to complete the DD Form 1423, including definitions for different price groups (Group I, II, III, and IV) to estimate the total price attributable to data production or development.
    DD Form 1423, updated in February 2024, is a Contract Data Requirements List (CDRL) used for government contracts. This specific instance details Data Item A009,
    The DD Form 1423, February 2024, outlines the Contract Data Requirements List for a 75-ton rubber-tired gantry crane, specifically detailing the requirement for a load test. This document is crucial for federal government RFPs, grants, and state/local RFPs. The form specifies Data Item A010,
    The DD Form 1423, February 2024 edition, details the Contract Data Requirements List (CDRL) for a 75 Ton Rubber Tired Gantry Crane. Specifically, it outlines Data Item A011, which requires a Gantry Crane travel test. This test must be performed according to section 7.2.2 of the Purchase Description, with written procedures and results submitted to the Technical Point of Contact (TPOC). The document specifies that copies of the load test results are to be submitted electronically via email to John Mason (john.w.mason2.civ@army.mil). The form also provides comprehensive instructions for both government personnel and contractors on how to complete each item of the DD Form 1423, including definitions for various price groups (Group I, II, III, IV) related to data item development and estimated pricing guidance. This ensures clear communication and standardized reporting for data deliverables in government contracts.
    The DD Form 1423, February 2024 edition, details the Contract Data Requirements List for training related to a 75 Ton Rubber Tired Gantry Crane. This document outlines the necessity for providing training to four operators, covering standard operating practices, operator maintenance, and industry safety requirements, all to be conducted in English. The training session must be a minimum of 8 hours, and the government retains the right to record it for internal use. John Mason is identified as the point of contact for coordinating this training. The form also includes comprehensive instructions for both government personnel and contractors on how to complete and price each data item, categorizing data into four groups based on its essentiality to the contract and the effort required to conform to government standards.
    The U.S. Army and other federal agencies will require REAL ID-compliant identification for access to military installations and facilities, including for domestic commercial flights, starting May 7, 2025. Department of Defense-issued IDs are compliant, as are most state-issued driver's licenses marked with a star. Individuals without a REAL ID must present two forms of identification from an approved list, such as a state-issued ID paired with a U.S. passport, DoD ID, or other federal/tribal identification. Failure to provide either a REAL ID-compliant ID or two approved forms of identification will necessitate an escort to enter the installation. For more information, contact the Letterkenny Visitor Center.
    The Letterkenny Army Depot (LEAD) is seeking a 75-ton rubber-tired gantry crane for loading and unloading military assets and CONEX containers. The crane must adhere to OEM, local, state, and federal standards, exceeding minimum specifications outlined in the Purchase Description (PD). The contractor is responsible for all design, engineering, installation, testing, and training services. Key requirements include a diesel engine with cold weather starting, dual 40-ton hoists with synchronized/individual operation and scales, remote control, and a Class C moderate service rating. The crane must operate and be stored outdoors and include safety features like mechanical brakes, a wind speed monitor, travel alarms, and warning lights. Electrical systems must comply with NEMA ICS 8 and feature a PLC for controls, emergency stop buttons, and secure enclosures. All subassemblies must be commercial off-the-shelf, US-made, with manufacturer-developed and supported software. The contractor must provide local technician support, parts inventory, and comprehensive documentation. Accessories include a 150,000-lb four-point lifting spreader beam and a 70,000-lb semi-automatic four-point lock spreader for containers. The project involves preconstruction, safety, and project schedule meetings, with a final acceptance after 100 hours of continuous operation or 14 days without failure.
    This government solicitation, W911N226QA012, is for a Women-Owned Small Business (WOSB) to provide one 75-ton rubber-tired gantry crane, including installation, testing, troubleshooting, and training, along with associated data deliverables (DD 1423, A001-A012). The acquisition is set aside for WOSB, with a NAICS code of 333923 and a size standard of 1250. Key delivery and performance details specify a 365-calendar day timeline from the award date for all items, with the contractor responsible for transportation costs to Letterkenny Army Depot. The document outlines various FAR and DFARS clauses, including limitations on subcontracting, unique item identification, and Wide Area WorkFlow payment instructions, emphasizing compliance with federal regulations for commercial products and services.
    This government file outlines crucial requirements for contractors responding to a federal solicitation, emphasizing compliance with federal acquisition regulations. Key stipulations include mandatory registration and active status in the System for Award Management (SAM), submission of annual representations and certifications, and the potential need for notarized letters for SAM registration. Quoters must submit questions to the Contracting Officer at least 10 days before the closing date. The government intends to award contracts without discussions, requiring quoters to submit their best prices initially. All amendments to the solicitation must be signed and submitted. Payments will be made via Electronic Funds Transfer (EFT) through Wide Area WorkFlow (WAWF). Quotes must remain firm for 60 calendar days and be signed by an authorized individual, with proprietary information clearly marked. The contract is 100% set-aside for small businesses, and contractors must provide FOB Destination prices. Successful quoters will receive Technical Point of Contact (TPOC) information upon award. Additionally, contractors must maintain specific insurance coverage, including Workmen's Compensation, Comprehensive General Liability, and Comprehensive Automotive Liability. The document also details the AMC-Level Protest Program as an alternative dispute resolution forum, providing contact information and procedures for filing protests.
    Letterkenny Army Depot plans to issue a firm fixed-price supply contract for one 75-ton Rubber Tired Gantry Crane. This 100% small business set-aside procurement, under NAICS code 333923, will facilitate loading and unloading military assets and CONEX containers from rail cars and commercial trailers. The contract is a one-time procurement, utilizing Simplified Acquisition Procedures per FAR Subpart 13.5. Solicitation number W911N2-26-Q-A012 is expected around December 1, 2025, closing about December 31, 2025. Proposals will be considered from all interested sources, who must be registered in SAM. The solicitation will be available on SAM.gov. Questions should be directed to Velma White at velma.e.white2.civ@army.mil.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    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.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, through the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking vendors to provide a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific physical and performance specifications, including steel frames, precise height and width dimensions, and a powered hoist, with direct delivery to Misawa Air Base within 45 days after receipt of order. This equipment is crucial for operational support at the airbase, and the contract will be awarded based on best value, considering technical capability, price, and past performance. Interested parties must submit their quotes by December 17, 2025, at 10:00 AM EST, and can contact Katie Kershaw or Kade Forrester for further information.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    DDAG Crane Maintenance
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide preventative and corrective maintenance, as well as crane rental support services for a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. This procurement is a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order, with an estimated performance period from March 1, 2026, to February 28, 2031, including a base year and four option years. The opportunity is a 100% Small Business Set-Aside, with a Product Service Code (PSC) of J039 and a NAICS code of 811310, emphasizing the importance of maintaining operational efficiency for critical material handling equipment. Interested parties must submit their quotes by December 22, 2025, and can direct inquiries to Ms. Morgan Costanzo at morgan.costanzo@dla.mil or by phone at 717-770-8868.
    IFB 33-5048 DLA DS Meade One Time Sale Usable Crane
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of a usable truck-mounted crane located at Aberdeen Proving Ground, Maryland. Interested bidders must submit sealed bids using Standard Form 114 (SF114), with a minimum bid of $100 per unit, by the closing date of January 12, 2026, at 1:00 p.m. EST. This sale is significant as it involves surplus government property, and the selected bidder will be responsible for the removal of the crane within 90 calendar days, adhering to all applicable federal, state, and local regulations. For further inquiries, bidders can contact Jared Plott at Jared.Plott@dla.mil or Jenifer Sestina at jenifer.sestina@dla.mil.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.