**Amendment 0001** Cagles Mill Lake Replace Bridge Crane and Trolley
ID: W912QR25QA030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the Control Tower Bridge Crane and Trolley at Cagles Mill Lake in Poland, Indiana. The project requires the contractor to remove the existing crane and install a new 6-ton electric chain hoist, ensuring compliance with safety standards and operational requirements within a performance period of 180 days from the notice to proceed. This procurement is set aside for small businesses, with an estimated construction cost between $25,000 and $100,000, emphasizing the importance of engaging small contractors in federal projects. Interested parties must submit their quotes electronically by April 28, 2025, and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 8:09 PM UTC
The project aims to replace the hoisting system at Cagles Mill Lake Bridge in Poland, IN, as detailed in the Price Breakout Schedule of the federal Request for Proposal (RFP). The proposal consists of three key components: the purchase of a new hoist, the removal and installation of the new hoist, and the load testing of the newly installed equipment. Specifically, the contractor will acquire a new 6-ton electric chain hoist, replace the existing 6-ton electric wire rope hoist, and perform a load test at a capacity of up to 125%. All submitted proposals will be evaluated based on the total price for these tasks, with a mandatory requirement for offerors to provide pricing for each item in order to avoid rejection. This document serves as a framework for ensuring that contractors meet specified requirements while promoting fair and competitive bidding processes in accordance with detailed project specifications.
Apr 17, 2025, 8:09 PM UTC
The document outlines the procedures for submitting technical inquiries related to proposal procedures and bonds for solicitation number W912QR25QA030 through the ProjNet system. Offerors must register on ProjNet to submit questions, with a deadline for inquiries set for April 23, 2025, and responses provided by April 25, 2025. Key steps for registration and future access are detailed, emphasizing that proposals must not be submitted via ProjNet. The document notes that responses to inquiries are not binding unless formal amendments are issued. Additionally, technical inquiries will be disabled ten days before the submission deadline, with no responses accepted within five days prior. Offerors are advised to review specifications thoroughly and contact the Contract Specialist for submission-related questions. The call center operates during typical business hours for additional support. The main purpose of the document is to facilitate the inquiry process for bidders and clarify protocols regarding the submission and handling of proposals in accordance with federal solicitation requirements.
Apr 17, 2025, 8:09 PM UTC
The document outlines procedures for bidding on federal solicitations, specifically regarding the technical inquiries and proposal submissions for Solicitation Number W912QR25QA030 managed by the U.S. Army Corps of Engineers (USACE). Bidders must submit questions through the ProjNet system by the deadline of April 18, 2025, with answers provided by April 21, 2025. Registration is required to access ProjNet, and detailed instructions are provided for both new users and returning users. Proposals must not be submitted via ProjNet but should follow the instructions outlined in the solicitation. Critical deadlines and procedures for inquiry submissions are emphasized, with a clear indication that government responses to inquiries are not binding unless formal amendments are issued. Important operational notes include that proposals will not be publicly opened, and inquiries will be disabled ten days prior to the closing date, with no responses provided within five days of the deadline. The document serves as a guide to assist offerors in navigating the bidding process while emphasizing compliance with specified requirements.
Apr 17, 2025, 8:09 PM UTC
This document outlines the necessary representations and certifications required from businesses responding to federal government RFPs and grants. It includes fields for company name, address, contact details, and business size classification, allowing firms to identify their business type, such as small or women-owned. The document also verifies registration with the System for Award Management (SAM), which is crucial for eligibility in receiving federal contracts. Additionally, it requests information on the company’s Tax Identification Number (TIN), Unique Entity Identifier (UEI), and CAGE Code, which are vital for identification and record-keeping in government transactions. This structured format ensures compliance with federal regulations, facilitating transparency and accountability in procurement processes. Overall, the document serves as a critical tool for assessing the eligibility and certifications of potential government contractors.
Apr 17, 2025, 8:09 PM UTC
The government solicitation, identified as W912QR25QA030, pertains to the Cagles Mill Overhead Crane Replacement project located in Poland, Indiana. This project is exclusively set aside for small businesses and has an estimated construction cost between $25,000 and $100,000. Contractors are required to start performance within ten calendar days of notice to proceed and complete the work within 180 calendar days. Bids must be submitted by April 24, 2025, with specific requirements for sealed offers and a payment guarantee, though performance bonds are not mandatory. The contractor will be responsible for removing the old crane and installing a new 6-ton electric hoist, alongside conducting a load test on the new installation. The overall project underscores the need for qualified contractors to adhere to various Federal Acquisition Regulation (FAR) guidelines, including provisions related to safety, compliance, and prompt payment. Site visits are encouraged to familiarize contractors with project specifics. The document encapsulates essential details for bidding, performance expectations, and compliance, making it a vital resource for potential bidders in navigating the government contracting landscape.
Apr 17, 2025, 8:09 PM UTC
The document outlines a federal solicitation for the replacement of an overhead crane at Cagles Mill Lake in Poland, Indiana. The project is set aside for small businesses with an estimated construction cost between $25,000 and $100,000. Detailed instructions for submission include requirements for performance and payment bonds, site visits, and a sealed bid process. The contractor is expected to complete the project within 180 calendar days of receiving the notice to proceed. It emphasizes adherence to various federal acquisition regulations, such as the Buy American Act, ensuring use of domestic construction materials, and safeguarding contractor information systems. The solicitation also outlines specific clauses related to payments, performance guarantees, and labor standards. Overall, this solicitation emphasizes compliance with federal guidelines while encouraging participation from small business entities in government contracting processes.
Apr 17, 2025, 8:09 PM UTC
The document outlines an amendment to the solicitation W912QR25QA030, primarily concerning modifications to timeline and procedural requirements. The amendment adjusts key dates, including extending the response due date to April 28, 2025, and setting new deadlines for a site visit on April 21, 2025, and for submitting questions via ProjNet by April 23, 2025, with responses due on April 25, 2025. Additionally, it requires all amendments to be signed and submitted alongside the quotes. The documentation details the process for acknowledging receipt of the amendment, which can be conducted in various ways including letters or electronic communication. The document also specifies additional modifications to clauses and attachments relevant to the solicitation. Changes showcase a commitment to transparency and clarity in the procurement process, ensuring that all parties are informed and can comply with the updated requirements, while maintaining all other terms and conditions from previous iterations. This amendment serves to streamline communication and accessibility for participating contractors in the project funded by federal grants and state resources.
Apr 17, 2025, 8:09 PM UTC
The Statement of Work for the Control Tower Bridge Crane and Trolley Replacement project at Cagles Mill Lake outlines the contractor's responsibilities to remove and replace an existing 6-ton hoist and trolley. The work must be completed within 180 days following the Notice to Proceed and involves ensuring the new equipment adheres to specified safety standards and operational requirements. Essential tasks include proper fluid disposal, installation of protective measures, installation and load testing of the new hoist and trolley, and maintaining a clean work area compliant with federal and state regulations. The contractor must also submit various documents for approval, including equipment specifications, safety plans, and quality control measures, and is responsible for keeping accurate insurance and accident records. The work is governed by safety guidelines, including adherence to OSHA standards and the Army Corps of Engineers' safety manual. The contractor is accountable for any damages to government property and must ensure all personnel have proper training and comply with security measures. This document serves as a framework for maintaining quality, safety, and accountability in compliance with federal contracting practices.
Apr 17, 2025, 8:09 PM UTC
The federal government seeks a contractor to remove and replace the Control Tower Bridge Crane and Trolley at Cagles Mill Lake, Indiana. This contract is exclusively for small businesses with a performance period of 180 days from the notice to proceed. The award will be based solely on the lowest price for the entire scope, and the contractor must provide a complete price for all listed items. A site visit is scheduled for April 16, 2025, and quotes must be submitted electronically by April 28, 2025. Contractors must be registered in the System for Award Management (SAM) before submission, and they should refer to the current guidelines regarding payment via Electronic Funds Transfer. Additionally, contractors need to comply with security standards outlined by NIST regarding safeguarding covered defense information. The document contains necessary instructions for contractors, including deadlines for questions and the importance of maintaining current assessments for compliance. Overall, this RFP emphasizes the government's commitment to engaging small businesses in infrastructure projects while ensuring regulatory adherence and security measures.
Apr 17, 2025, 8:09 PM UTC
The government solicitation seeks a contractor to remove and replace the Control Tower Bridge Crane and Trolley at Cagles Mill Lake, Indiana, within 180 calendar days from the notice to proceed. The project is designated entirely for small businesses under NAICS Code 238290, with a size standard of $22 million. The contract will be awarded based on the lowest price bid. Contractors must submit quotes by 24 April 2025, following a recommended site visit on 16 April 2025. All quotes must be submitted electronically to Ethan Phillips and must include a unit price for all items or risk rejection. Contractors are required to be registered in the System for Award Management (SAM) prior to submission and must comply with financial regulations regarding electronic payments. Additionally, they must meet cybersecurity requirements outlined by the National Institute of Standards and Technology (NIST) and provide current assessments according to specified guidelines. The document also emphasizes the need for contractors to be familiar with the safeguarding of covered defense information and incident reporting. This procurement reflects the government's commitment to engaging small businesses while ensuring compliance with federal regulations and enhancing cybersecurity measures.
Apr 17, 2025, 8:09 PM UTC
The document outlines wage determinations for construction projects in Indiana, applicable under the Davis-Bacon Act, specifically for heavy and highway construction across various counties, excluding certain regions. It establishes minimum wage rates for laborers and specific classifications such as asbestos workers, electricians, and carpenters, which are updated annually. Executive Orders 14026 and 13658 set the wage benchmarks: contracts initiated or renewed after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, stipulate at least $12.90 per hour. The document provides detailed wage rates for multiple construction classifications across different counties in Indiana, emphasizing compliance with federal labor regulations. The structured format includes various modifications and updates to wage rates and classifications, reflecting the ongoing adjustments necessary for equitable labor compensation in state and federal projects. This summary highlights the document’s role in ensuring fair labor practices and adherence to regulatory standards in public construction undertakings.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting quotes for rigging, crane, and material handling support to relocate a Stokes Press at the Crane Army Ammunition Activity in Indiana. The contractor will be responsible for providing all necessary labor, tools, and materials to complete the relocation by June 12, 2025, while ensuring compliance with OSHA standards and other regulatory requirements. This procurement is critical for maintaining operational efficiency at the facility, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested offerors must submit their proposals by May 8, 2025, and are required to attend a mandatory site visit on April 22, 2025, to ensure they understand the project requirements. For further inquiries, potential bidders can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
Nolin River Lake Hoist Replacement Pre-Solicitation Synopsis
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to solicit bids for the replacement of a hoist at Nolin River Lake in Edmonson County, Kentucky. This Design/Bid/Build project aims to upgrade the control tower with a higher capacity hoist (12 tons) to facilitate the lifting of service gates and bulkhead, necessitating structural modifications to support the new equipment. The contract, valued between $500,000 and $1,000,000, is expected to be awarded in a fully open competition format, with a duration of 365 days from the Notice to Proceed. Interested contractors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil, with the solicitation anticipated to be released around May 5, 2025.
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.
1ABCT Heavy Crane Lease
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease of a heavy crane to support military operations at Fort Riley, Kansas. The contractor will be responsible for providing a crane capable of hoisting an M1A2 Abrams tank (73.59 tons) off rail cars and onto the ground, along with operators and a rigging team, from May 7 to May 10, 2025. This procurement is critical for military logistics, as it addresses the government's need for specialized equipment to handle heavy military vehicles and ensure efficient operations at the Camp Funston Rail Yard. Interested parties should note that the total contract value is capped at $40 million, and questions regarding the solicitation must be submitted by April 29, 2025, to the primary contact, Joni N. Wardosky, at joni.n.wardosky.civ@army.mil.
Liebherr Crane Block
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of a Liebherr crane block under solicitation number W912EQ25QA006. This requirement is a total small business set-aside, aimed at acquiring essential supplies and services for military operations, with the associated NAICS code being 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Interested vendors must submit their quotations via email to Tommye Sepulveda by the extended deadline of April 28, 2025, at 10:00 AM CST, and should account for any fees related to payment via Government credit card. For further inquiries, vendors can contact Kirk Middleton or Tommye Sepulveda directly via their provided email addresses or phone numbers.
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 TROLLEY MODIFICATION
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Watervliet, New York, is preparing to solicit bids for the modification of a crane trolley as part of a presolicitation notice. This procurement involves the labor, equipment, and materials necessary to replace the existing 30/10 ton trolley and hoists on crane B419 with a new 20 ton trolley in the chrome high bay area of the Watervliet Arsenal. The successful contractor will play a crucial role in maintaining the operational efficiency of the facility's material handling equipment. Interested parties must ensure their System for Award Management (SAM) registration is active and monitor the SAM website for the solicitation release and any amendments, as hard copies will not be provided. For further inquiries, potential bidders can contact Maria DeCrescenzo at maria.d.decrescenzo.civ@army.mil or Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.
SMALL BUSINESS SET-ASIDE – CONSTRUCTION/RENOVATION OF FACILITY/3330N
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a construction and renovation project at Building 3330N in Crane, Indiana, specifically set aside for small businesses. The project entails comprehensive renovations, including the removal of existing flooring and wall sections, installation of a bullet-resistant transaction window, and various electrical and lighting modifications to enhance safety and operational efficiency for security personnel. This procurement underscores the federal commitment to engaging small businesses in significant construction projects, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit their offers by May 9, 2025, at 4:00 PM EST, and are encouraged to contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further details.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.