MPLD Bulkhead Hoist Crane Generator Re-Power
ID: W912P924R0041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST LOUISSAINT LOUIS, MO, 63103-2833, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking contractors for the MPLD Bulkhead Hoist Crane Generator Re-Power project. The contractor will be responsible for providing all necessary labor, equipment, and supplies to install a Government Furnished 300kW/480v Diesel Engine-Generator set on the bulkhead crane, which will create a dual-sourced power system for the crane's Motor Control Center (MCC). This project is critical for ensuring reliable power distribution to existing electrical loads and the auxiliary crane travel system, enhancing operational efficiency and safety. Interested contractors can reach out to Angie Grimes at angie.l.grimes@usace.army.mil or by phone at 314-331-8965, or contact Catherine Hansen at catherine.a.hansen@usace.army.mil or 314-331-8520 for further details.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense is seeking bids for the Wolf Creek Power Plant Generator Step Up Units Replacement and Installation project. It involves the design, manufacture, testing, and delivery of high-capacity power transformers, with strict timelines and security requirements. The US Army Corps of Engineers, Nashville District, intends to award a Firm-Fixed Price Hybrid Supply-Construction Contract to the most suitable vendor. This procurement aims to enhance the power infrastructure at the Wolf Creek Power Plant in Kentucky. The chosen contractor will need to deliver three transformers with specific voltage capacities and associated services. The project has two phases: a supply phase of 1,358 days for transformer delivery, and a construction phase of 613 days for installation. The solicitation underscores the government's focus on robust network security, especially for controlled access and sensitive information. Contractors must adhere to stringent security protocols, including NIST SP 800-171 DoD Assessment requirements, with attention to advanced persistent threat mitigation. Interested parties should submit their bids by 2:00 PM CT on December 4, 2024, through PIEE.gov, and are encouraged to attend the pre-proposal teleconference on August 21, 2024. Further details and security clearance forms are available on SAM.gov.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    Two Marine Generators for the Fleet Vessel McNamara
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is seeking a contractor to provide two new marine generators for the Maintenance and Repair Division associated with the Motor Vessel McNamara. The procurement requires generators that meet specific technical specifications, including a minimum output of 30 KW, compliance with EPA Tier 3 or Tier 4 emission standards, and various safety and operational features. This acquisition is crucial for enhancing the operational capabilities of the fleet vessel, with quotes due by 10:00 AM on September 17, 2024, and final delivery required by October 30, 2024. Interested vendors should contact Scott E. Hendrix or Kenneth J. Eshom via email for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    Gantry Cranes Rehabilitation at Loyalhanna River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of two 64-ton gantry cranes at Loyalhanna River Lake in Saltsburg, Pennsylvania. The project involves extensive work including lead-based paint abatement, electrical and mechanical component replacements, and modifications to the crane cabs, with a focus on ensuring compliance with safety and operational standards. This initiative is part of broader efforts to upgrade critical infrastructure, emphasizing the importance of small business participation in federal contracting opportunities. Interested contractors must submit their bids electronically by 11:00 AM ET on September 26, 2024, and are encouraged to attend a site visit scheduled for September 4, 2024. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or call 412-395-7157.
    Repair/Replace Overhead Cranes on Fort Drum
    Active
    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.
    Cranes Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting maintenance and repair services for cranes at the Fresno Air National Guard Base in California. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to perform the services as outlined in the Performance Work Statement, which includes specific tasks related to servicing cranes across three buildings. This procurement is critical for maintaining operational readiness at the military facility, and the contract is expected to be awarded based on the best value to the government, with a completion timeline from September 30, 2024, to November 28, 2024. Interested vendors must submit their quotations electronically by September 20, 2024, and can contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or (559) 454-5129 for further information.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    5 Ton Crane Design USS EMORY S LAND
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking engineering services for the upgrade of the AS 39 Class 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39). The procurement aims to engage the Original Equipment Manufacturer (OEM) to provide essential engineering services, including equipment, component, material, and configuration upgrades, to ensure the operational safety and national security of these critical assets, which are over 40 years old. The contract is set for a firm-fixed price from September 30, 2024, to August 31, 2025, with quotes due by September 23, 2024. Interested contractors can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria A. Morris at maria.a.morris8.civ@us.navy.mil for further details.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    30 Ton Grove Crane Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to perform repair services on a 30 Ton Grove Crane (model RT530E) for the 163rd Attack Wing located at Moffett Field, California. The procurement is aimed at securing a firm-fixed-price contract to ensure the crane is operational for military use, highlighting the importance of maintaining essential equipment for defense operations. Interested contractors must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and are required to register in the System for Award Management (SAM) to participate in the bidding process. Currently, funds are not available for this acquisition, and no contract award will be made until appropriated funds are secured. For inquiries, interested parties can contact David Moreno at 951-655-55461 or via email at david.moreno.34@us.af.mil.