Tobyhanna Army Depot Radome Crane Service and Operator
ID: W51AA125Q0028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

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

    The Department of Defense is soliciting proposals for crane services and operators at the Tobyhanna Army Depot in Pennsylvania, specifically for the installation of a radome for the Large Fixed Antenna. The contractor will be responsible for providing a certified crane capable of hoisting a 9,000-pound radome cap to a height of 50 feet, with the performance period set from April 1 to May 1, 2025. This contract is crucial for ensuring the operational readiness of military communications systems, and it emphasizes compliance with federal regulations, safety standards, and security protocols. Interested small businesses should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details and to submit proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The TYAD Security Operations Requirements document outlines essential security standards and privacy controls for contractors working at the Tobyhanna Army Depot (TYAD). It mandates adherence to the Privacy Act and federal regulations, emphasizing the protection of sensitive information and the need for security compliance by contractor employees. Key provisions include compliance with Force Protection Conditions (FPCON), mandatory training such as Antiterrorism Level I, and participation in the ALERT! Mass Warning Notification System. Contractors are required to maintain strict access controls, undergo background checks, and ensure proper identification is carried at all times. They must also protect Controlled Unclassified Information (CUI) and be aware of Operations Security (OPSEC) practices to shield critical information from unauthorized disclosure. Additionally, contractors are responsible for physical security measures, including safeguarding government property and ensuring secure key control. The document highlights the importance of working within government protocols to maintain operational security and compliance, thereby supporting the integrity of DoD operations. Overall, it reflects a commitment to safeguard national security and personal data within the Army's operational framework.
    The document outlines the Contractor Safety Standards for installations at Tobyhanna Army Depot (TYAD) for services or equipment valued under $250K, mandating adherence to both TYAD-specific safety protocols and broader federal safety regulations such as OSHA standards. Contractors are fully responsible for site safety, including job hazard analysis (JHA), site-specific safety plans, and compliance with various safety codes, notably for fall protection and electrical safety. Key points include requirements for completing OSHA training, provisions for working with fossil fuel vehicles, and clear procedures for emergency response and incident reporting. Permits for specific activities such as excavation and confined space entry must be obtained, ensuring safety protocols are consistently followed. Additionally, the document stresses the importance of personal protective equipment (PPE) and adherence to fire safety regulations during all operations. The overarching purpose is to ensure contractor compliance with strict safety guidelines to protect personnel and the environment during installation work, reflecting the government’s commitment to safety in public contracts and operational integrity. This safety standard guide serves as an integral part of the federal procurement process, emphasizing regulatory compliance for RFPs and grants involving construction activities.
    The document outlines the Standard Specifications for projects conducted under the National Environmental Policy Act at Tobyhanna Army Depot (TYAD). Its primary aim is to ensure environmental protection and compliance throughout all construction and site activities. Key requirements include the management of air pollution, asbestos, waste disposal, and protection of cultural and natural resources. Contractors must control emissions, refrain from disturbing asbestos unless authorized, implement backflow prevention for water systems, and manage hazardous materials responsibly. Additionally, the document emphasizes compliance with energy efficiency standards, endangered species protection, and requires proper notification and permits for demolition or groundwater work. The contractor must also monitor noise levels and ensure sustainable practices in waste management, including recycling and hazardous waste disposal. The stringent guidelines highlight the commitment to maintaining ecological integrity and public health at TYAD.
    The document is a solicitation for a contract (W51AA125Q0028) for crane services at the Tobyhanna Army Depot, Pennsylvania. The contractor is tasked with providing a crane and operator to support the installation of a radome for the Large Fixed Antenna within a specified performance period of April 1 to May 1, 2025. The crane must be certified and capable of hoisting a 9,000-pound radome cap to a height of 50 feet, ensuring sufficient coordination with the government team. The contracting officer will oversee the execution, with the contractor responsible for all management, planning, and administrative actions related to this service. Requirements include adhering to applicable laws and quality assurance procedures while maintaining a responsive communication protocol. The solicitation emphasizes compliance with federal regulations, including those addressing small business participation, security checks for personnel, and safety standards. The proposal must reflect a best value assessment based on price and past performance. Overall, the document outlines the objectives and expectations detailed in the Performance Work Statement (PWS), ensuring technical qualifications and operational symmetry throughout the contract execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Monorail Crane System and Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide a freestanding monorail crane system and installation for the 128th Air Refueling Wing in Wisconsin. The procurement includes specific requirements regarding the crane's dimensions, capacity, and installation specifications, emphasizing the need for suppliers to have active registrations in the System for Award Management (SAM). This initiative is crucial for enhancing operational capabilities within military facilities, and interested bidders must submit their quotes by March 18, 2025, following a mandatory site visit on March 4, 2025. For further inquiries, potential bidders can contact Mark Tonkinson at mark.tonkinson.2@us.af.mil or by phone at 414-944-8517.
    Industry Day - 75 Ton Gantry Crane
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is hosting an Industry Day focused on the procurement of a 75 Ton Gantry Crane. This opportunity aims to engage potential suppliers in discussions regarding the specifications and requirements for the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military operations and logistics. The performance of the crane will take place in Chambersburg, Pennsylvania, highlighting its importance in supporting defense infrastructure. Interested parties can reach out to Velma White at velma.e.white2.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil for further details.
    BEJ Crane Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide crane services and operator labor for the B. Everett Jordan Dam in Moncure, North Carolina. The procurement involves two phases of work, including the operation of rough-terrain cranes for gate and conduit inspections, with specific requirements for crane capacity, operator certification, and compliance with safety regulations such as EM 385-1-1 and OSHA guidelines. This opportunity underscores the importance of safety and regulatory adherence in federal contracts involving heavy equipment operations. Interested parties must submit a price quote and technical proposal by March 5, 2025, and can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    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.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide crane inspection services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The procurement requires comprehensive management, tools, supplies, equipment, and labor to ensure the inspection, maintenance, and operational testing of National Crane 1400C booms, adhering to federal, state, and local regulations, as well as Air Force technical orders. These services are critical for maintaining equipment safety and operational readiness, with strict quality control measures and compliance requirements outlined in the Performance Work Statement. Interested contractors should contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil for further details, with proposals due within 10 days of request submission.
    Tobyhanna Army Depot Computer Numerical Controlled (CNC) Electric Press Brake
    Buyer not available
    The Department of Defense is seeking contractors to provide a Computer Numerical Controlled (CNC) Electric Press Brake for the Tobyhanna Army Depot in Pennsylvania. The procurement requires a turn-key solution that encompasses design, delivery, installation, and training, while adhering to specific technical and safety standards. This equipment is crucial for maintaining operational efficiency and reliability in military manufacturing processes. Interested parties should contact Marissa Brodi at marissa.c.brodi.civ@army.mil or call 570-615-6442 for further details, as the project must be completed within 180 days post-order, including a comprehensive warranty and maintenance plan for one year after acceptance.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to repair the main lift cylinder of 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 certification documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested vendors must submit their quotations by 09:00 AM EST on February 24, 2025, and are encouraged to direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    Maintenance and Repair of Commercial, Industrial Machinery Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of commercial and industrial machinery and equipment at Fort Liberty, North Carolina. This opportunity encompasses the upkeep of approximately 540 cranes, hoists, scales, dock levelers, and vehicle lifts, with a focus on ensuring safety, efficiency, and compliance with established standards such as OSHA and ANSI. The contract will be structured as a firm-fixed-price arrangement over a five-year period, emphasizing the importance of maintaining operational capabilities without disrupting regular activities. Interested parties should contact Vandetta M. McGoogan at vandetta.m.mcgoogan.civ@army.mil or 910-396-9728 for further details, and responses to the Sources Sought Notice are encouraged to facilitate small business participation in this procurement.
    Antenna Tower
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking contractors for the procurement of an Antenna Tower. This presolicitation opportunity falls under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing, and involves the provision of miscellaneous prefabricated structures as indicated by the PSC code 5450. The Antenna Tower is crucial for enhancing communication capabilities within military operations, underscoring its strategic importance. Interested parties can reach out to Danielle Russo at danielle.m.russo4.civ@us.navy.mil or by phone at 240-587-2438 for further details regarding the procurement process.
    MIDGETT FOLDING BOOM CRANE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a Midgett Folding Boom Crane. This contract is set aside for small businesses and aims to fulfill the need for specialized marine equipment essential for shipbuilding and repair operations. The crane will be utilized in various maritime applications, highlighting its importance in enhancing operational capabilities within the Coast Guard's fleet. Interested vendors should direct inquiries to Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil, with performance expected in Honolulu, Hawaii.