240 Ton Telescoping Hydraulic Crawler Crane
ID: W911N225Q0041Type: Solicitation
Overview

Buyer

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

NAICS

Construction Machinery Manufacturing (333120)

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 Letterkenny Army Depot, is seeking proposals for the procurement of one (1) 240 Ton Telescoping Hydraulic Crawler Crane, intended for loading and unloading military assets and Express Containers (CONEX) from rail cars and commercial trailers. The contract will be a firm fixed price supply agreement, with a total small business set-aside, emphasizing compliance with safety and operational standards, including a minimum lifting capacity of 240 tons and advanced safety features. This procurement is critical for enhancing military logistics capabilities and ensuring operational efficiency at the depot. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Velma White at velma.e.white2.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil.

    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1 for a federal government contract related to a 240-ton telescoping hydraulic crawler. It specifies the obligation for contractors to submit completion certificates for required awareness training of personnel accessing Army installations within a specified timeframe. The form includes various sections such as the contract line item, system/item description, training specifics, and submittal processes, along with detailed instructions for completion. It categorizes the data items into Technical Data Packages, Technical Manuals, or other classifications while detailing the appropriate submission frequency, distribution details, and pricing groups based on the data items' development requirements. The document serves a critical role in ensuring compliance and accountability in government contracting, guiding contractors on their data delivery obligations, and establishing the framework for the acceptance of essential documentation.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1, detailing the specifications for data submission related to a contract referencing the 240 Ton Telescoping Hydraulic Crawlers. It emphasizes the contractor's obligation to ensure all employees and subcontractors complete Level 1 Operational Security (OPSEC) Training and to submit certificates of completion within 30 days. The form includes sections for identifying the contract line item, requiring office, frequency of submissions, distribution statements, pricing groups associated with data items, and instructions for completing the form. This document is aimed at facilitating compliance with federal requirements for data submission and ensuring that contractors understand their responsibilities regarding data delivery and training documentation. It underscores the necessity for clear communication between contractors and government officials in the context of federal RFPs.
    The document is a Contract Data Requirements List (CDRL) form (DD Form 1423-1) used by the Department of Defense (DoD) for managing data requirements related to contracts. It outlines the essential details that contractors must provide, including titles, submission dates, and technical specifications related to data items. In this instance, it pertains to the 240 Ton Telescoping Hydraulic Crawl equipment, specifically the iWATCH training certificates that contractors must submit for employees accessing Army installations. The contractor is required to deliver these certificates within 30 calendar days post-training completion, via electronic submission to the designated Government Point of Contact (TPOC). The form also defines various categories of data submissions, guidelines for completion, and an overview of pricing groups related to data items. The document emphasizes the need for compliance with government requirements while managing any effort related to data submissions, ensuring clear communication and documentation throughout the contracting process. It serves a fundamental role in facilitating accountability and regulatory adherence within federal contract management, aligning with broader government efforts in procurement and grant issuance.
    The document is a Contract Data Requirements List (CDRL) that outlines the submission requirements for a federal contract regarding a 240-ton telescoping hydraulic crawler crane. The main purpose is to ensure the contractor submits necessary Safety Data Sheets (SDSs) for all hazardous materials involved in the crane's operation before shipping. Key details include the submission methods (electronic or hard copy), the involvement of the Directorate of Strategic Management, and specific timelines for initial and subsequent submissions. The document provides detailed instructions on how to fill out each section of the form, including categorization of data items, the technical office's responsibility, and compliance with government standards. The structure includes fields for contract references, submission dates, distribution requirements, and estimated pricing for each data item based on their importance and related costs. Overall, this document is crucial for compliance and safety in government contracting, ensuring all data related to hazardous materials is handled appropriately and aligns with federal regulations.
    The document is the Contract Data Requirements List (CDRL), specifically the DD Form 1423-1, which outlines the required submission of data items within a federal contract, particularly in relation to a 240-ton telescoping hydraulic crawler. This form serves as a mechanism for the contractor to provide essential data, including Hazardous Material (HazMat) information through the AMLD Form 4783, which must be reviewed by various safety and management divisions before the material can be accepted on site. Key aspects include detailed instructions for filling out the form, specifying data item titles, submission frequencies, and approval requirements. The document emphasizes the importance of timely and organized data submission, particularly regarding HazMat handling by mandating submission methods (email or hard copy) and adherence to safety protocols. Ultimately, the purpose of this form is to ensure compliance with safety and contractual obligations by facilitating the systematic tracking of necessary data and materials in federal contracts, thereby promoting workplace safety and environmental responsibility in operations involving hazardous materials.
    The document outlines the Contract Data Requirements List (CDRL) for a procurement by the Department of Defense regarding a 240-ton telescoping hydraulic crawler. It specifies the delivery of two paper sets and one electronic CD of operator instruction manuals, maintenance service manuals, and parts listing manuals, all to be provided in English. The CDRL includes detailed instructions for completing the form and categorizing data items, including Technical Data Package (TDP) and Technical Manual (TM). Key features include requirements for submission dates, distribution statements, and government acceptance processes. The contractor is instructed to submit both draft and final versions of the manuals. Furthermore, the document delineates price group categories for estimating costs associated with data item preparation, emphasizing the contractor's responsibility in conforming to government standards. Overall, the CDRL serves as a structured guide for documenting critical data related to the acquired systems, ensuring compliance and adequacy in support of the contract objectives.
    The document comprises a Contract Data Requirements List (CDRL) under the DD Form 1423-1, focused on the acquisition of a 240-ton telescoping hydraulic crawler. It outlines the obligations pertaining to technical data submission, specifically the electronic drawings and schematics required upon contract completion. The contractor must deliver comprehensive electronic drawings reflecting final revisions, inclusive of field changes, via email to the designated government representative, John Mason. It specifies various sections including item categorization, purpose, contract references, and submission details necessary for compliance with Department of Defense directives. Each data item is categorized into four pricing groups based on its significance, with the estimated total price needing to be specified. The instructions provide thorough guidance on completing the form, ensuring all relevant data is accurately recorded for effective contract management. This CDRL aims to streamline the process of data submission, enhancing communication and compliance between contractors and government entities.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract related to the training of operators for a 240-ton telescoping hydraulic crawler. It specifies that the training will cover standard operating procedures, operator maintenance, and safety requirements, with all instructions provided in English. The Training Point of Contact (TPOC) is identified as John Mason, who will coordinate the training once all testing is complete. The document also includes sections for data organization, including contract line information, required submissions, and pricing estimates for the data item. Additionally, it provides instructions for filling out the DD Form 1423, detailing various data categories and pricing groups that categorize the costs associated with data submission and requirements, emphasizing conformity to government standards. The essence of the document is to ensure adherence to structured data requirements in military or federal contracting processes, underlining the importance of effective operator training and record-keeping.
    The document serves as a Contract Data Requirements List (CDRL) for a federal contract regarding the final inspection of a 240-ton telescoping hydraulic crawler. It details the specifications for compiling an inspection checklist, which must include minimum and maximum readings for all test parameters conducted by certified inspectors. The checklist must identify standards relevant to each test and be validated by the vendor's testing facility before shipping. It outlines the load testing requirement at 110% of the rated load and necessitates that all documentation, including test procedures and inspection certificates, be submitted to the Technical Point of Contact (TPOC) prior to the asset's shipment. The document also contains instructions for completing the CDRL and specifies the contractual obligations for data item submissions, including pricing groups which categorize the data types required for compliance. This CDRL is a vital component in ensuring that quality and performance standards are met in defense contracting, reinforcing accountability and oversight in government procurement processes.
    The Production Engineering Division seeks to procure a 240 Ton Telescoping Hydraulic Crawler Crane for loading and unloading military assets at the Letterkenny Army Depot in Pennsylvania. The crane must meet specific operational standards, undergo startup and load testing per manufacturer and regulatory requirements, and include necessary training and manuals. The document outlines contractor responsibilities, including compliance with local, state, and federal security, safety, and environmental regulations while performing work during designated hours. Contractors must train employees for safety awareness and maintain a strong emphasis on operational safety and environmental protection, including managing hazardous materials. The contractor will handle all logistics for delivery, testing, and training of personnel, ensuring the equipment delivered meets quality assurance criteria established by government standards. Completion of work includes extensive documentation and final equipment inspection certification before acceptance. The RFP emphasizes the importance of adherence to government regulations and quality standards throughout the procurement process, reflecting the government’s commitment to maintaining high operational capabilities in military logistics.
    This memorandum from the Letterkenny Army Depot outlines the specifications and safety requirements for procuring a 240-ton telescoping hydraulic crawler crane. The crane will be utilized for loading and unloading military assets, and it must adhere to the original equipment manufacturer's specifications and comply with various regulatory standards. Key requirements include having a minimum lifting capacity of 240 tons, a telescoping boom with a reach of at least 195 feet, and necessary safety features such as an enclosed cab with appropriate climate controls and advanced operational monitoring systems. The contractor is responsible for start-up, load testing, and providing training, manuals, and warranty support, including emergency service within 48 hours. Furthermore, the vendor must comply with all relevant safety and occupational health frameworks, ensuring all personnel are trained and certified per OSHA and Army guidelines. Inspections will be performed to verify compliance with specifications and safety standards, and a comprehensive safety management plan must be in place. This document emphasizes the importance of safety and operational integrity in contracting processes within military procurements, demonstrating adherence to rigorous regulatory frameworks. The point of contact for further inquiries is Terrie L. Doom, Safety Engineer at LEAD.
    The document outlines important requirements and procedures for Offerors responding to a government solicitation. Key points include mandatory registration in the System for Award Management (SAM) for contract eligibility, completion of annual representations and certifications, and submission of questions to the Contracting Officer at least 10 days prior to the closing date. Notably, the government intends to award contracts without discussions, urging Offerors to submit their best prices initially. The contract is set-aside exclusively for small businesses, and Offerors must provide FOB Destination pricing. Compliance with specific insurance requirements is necessary, and any proposal submitted must include signed amendments to avoid rejection. Additionally, procedures for filing protests are provided, emphasizing resolving disputes internally within the Army Materiel Command prior to escalation. This document serves to guide Offerors in preparing competitive proposals while ensuring adherence to federal procurement regulations.
    The document outlines the Request for Quotation (RFQ) W911N225Q0041 issued by the Letterkenny Army Depot for the procurement of a 240 Ton Telescoping Hydraulic Crawler Crane and associated contract data requirements. The solicitation includes specific criteria regarding the crane's capabilities and delivery timelines, emphasizing a delivery deadline of six months after contract award. It is set aside for small business participation, specifically targeting disabled veteran-owned and women-owned businesses, reinforcing the government's commitment to diversity in procurement. Included are evaluation factors that prioritize technical merit and past performance alongside price, with detailed criteria for submission. The contractor is required to adhere to compliance measures concerning telecommunications and relevant government regulations, ensuring no use of banned technologies or services, particularly those linked to national security risks. The RFQ specifies mandatory sections for offerors to complete, including representations regarding their business status and compliance with federal laws. This solicitation represents a systematic approach to acquire crucial equipment for military operations while promoting small business participation and regulatory adherence.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    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.
    ACV-R Crane Integration
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    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
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    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.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    Gantry Crane
    Buyer not available
    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.
    2-TON CHAIN HOIST
    Buyer not available
    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.
    1-TON CHAIN HOIST
    Buyer not available
    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.
    HOIST,CHAIN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.