**Amendment 0001** Cagles Mill Lake Replace Bridge Crane and Trolley
ID: W912QR25QA030Type: Solicitation
AwardedMay 8, 2025
$94.6K$94,638
AwardeeTotal Solution LLC Santa Ana CA 92704 USA
Award #:W912QR25PA011
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    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.
    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.
    MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a Sources Sought Notice for a Multiple Award Construction Contract (MACC) focused on minor general construction services at Naval Support Activity (NSA) Crane and the Glendora Test Facility in Indiana. The procurement aims to identify eligible Small Business firms capable of performing a range of construction tasks, including demolition, repair, new construction, and renovation of various facilities and systems, with an estimated total construction cost not exceeding $60 million over five years. Interested contractors must demonstrate relevant experience with projects valued between $30,000 and $600,000, including at least one project over $250,000, and must comply with bonding capacity requirements and subcontracting limitations. Responses are due by December 30, 2025, at 2:00 PM EST, and should be submitted electronically to Emily Grisson at emily.a.grissom.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    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.
    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 soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, 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.
    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.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    LOW HEADROOM HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a specialized low headroom hoist, specifically the Gardner Denver Hoist model P3NA43LPJP010AAA43, with a lifting capacity of approximately 4,300 lbs. This procurement aims to acquire a piston air hoist designed for environments with limited overhead space, featuring a pendant control for precise operation and a zinc-plated link chain for rust resistance. Interested parties should note that this opportunity is set aside for small businesses, and they can reach out to David Fortune at david.c.fortune.civ@army.mil or call 918-420-6445 for further details. The place of performance for this contract will be at the McAlester Army Ammunition Plant in McAlester, OK.