Loyalhanna Lake Gantry Cranes Rehabilitation Saltsburg, Westmoreland County, Pennsylvania
ID: W911WN23B8009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST PITTSBURGHPITTSBURGH, PA, 15222-4198, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    Solicitation: DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the rehabilitation of two 64 Ton Gantry Cranes at Loyalhanna Dam Road, Saltsburg, PA. The project involves removing existing paint, replacing electrical distribution and control equipment, mechanical components, and cab modifications. The requirements include repainting the cabs and surfaces, replacing floor panels, wall and ceiling finishes, controls, power distribution equipment, wire ropes, brakes, and installing operational cameras and HVAC units. The work will be completed in two phases within 365 calendar days.

    Similar Opportunities
    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.
    Replace Back Channel Hydraulic Dam Gate Cylinders
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of hydraulic dam gate cylinders at the Emsworth Locks and Dams on the Ohio River in Pennsylvania. The project entails the purchase and installation of twelve hydraulic cylinders, the integration of a new network card for control system compatibility, and the removal and disposal of existing cylinders. This initiative is crucial for maintaining the operational integrity and efficiency of the hydraulic gate systems, which play a vital role in water management infrastructure. Interested contractors must attend a site visit scheduled for December 4, 2024, at 10:00 A.M. ET, and can reach out to Mario Dizdarevic at mario.dizdarevic@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    Dashields Locks and Dam Upper Guide Wall Stabilization
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors for the Dashields Locks and Dam Upper Guide Wall Stabilization project located in Coraopolis, PA. The project entails the construction of two stone buttresses on either side of the Upper Guide Wall along the Ohio River, aimed at enhancing the structural integrity of the guide wall and adjacent sheet pile wall. This initiative is crucial for maintaining the safety and functionality of the dam, which plays a significant role in regional water management and flood control. The contract, valued between $5 million and $10 million, is set aside exclusively for small businesses, with a Firm-Fixed-Price (FFP) contract to be awarded. Interested bidders must ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with the Invitation for Bid (IFB) expected to be issued on or about January 29, 2025. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    W912BU25R0019 -F.E. Walter Dam ReHab
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors for the rehabilitation of the Francis E. Walter Dam located in White Haven, Pennsylvania. The project involves critical repair work, including the restoration of rocker bearings, replacement of corroded anchor bolts, lubrication of bearings, and concrete repairs to address spalls and delaminations, with an emphasis on maintaining traffic control during construction. This opportunity is set aside for small businesses under the NAICS code 237310, with an estimated contract value between $500,000 and $1 million, and proposals are due by March 31, 2025. Interested parties should submit their qualifications and past performance information to Frederick Conway at frederick.conway@usace.army.mil by February 10, 2025, at 2:00 PM EST.
    Rigging, Crane, and Material Handling Support to Relocate Press
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking qualified contractors to provide rigging, crane, and material handling support for the relocation of the Minster OBS-150 press at the Crane Army Ammunition Activity in Indiana. The project requires specialized services to safely transport and store a press weighing approximately 50,000 pounds, adhering to OSHA standards and federal guidelines for contracting. This procurement is a total small business set-aside, with work expected to commence within 10 business days of contract award and completed within 2 business days thereafter. Interested contractors must submit their offers by February 3, 2025, and direct any inquiries to Jessica Litwiler at jessica.m.litwiler.civ@army.mil.
    Fort Randall Powerhouse Elevator Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting proposals for the replacement of the Powerhouse Passenger Elevator at Fort Randall Dam in South Dakota, under contract number W9128F25R0008. The project requires the contractor to provide materials and labor to modernize the elevator, including the replacement of mechanical and electrical components, installation of a new HVAC unit, and the safe removal of existing hazardous materials such as asbestos and lead-based paint. This initiative is critical for enhancing operational safety and efficiency in federal infrastructure, with an estimated construction cost ranging from $1 million to $5 million. Interested small businesses must submit their proposals electronically by January 31, 2025, and can direct inquiries to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil.
    W91237-25-B-0002 Fishtrap Spillway Machinery Platform Concrete Rehab
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the rehabilitation of the Fishtrap Spillway Machinery Platform Concrete. This project falls under the category of Other Heavy and Civil Engineering Construction and aims to repair or alter non-building facilities, ensuring the structural integrity and functionality of the spillway. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors can reach out to Brittani Stowers at brittani.l.stowers@usace.army.mil or Robert Rounay at robert.p.rounay@usace.army.mil for further details, with the solicitation number W91237-25-B-0002 indicating the specific project requirements.
    Loyalhanna Solar Lights
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors for the installation of solar LED light fixtures at Loyalhanna River Lake in Saltsburg, Pennsylvania. The project entails the installation of twelve solar LED light fixtures, along with associated aluminum light poles and concrete mounting pedestals, requiring excavation and assembly work to ensure proper installation. This procurement is significant as it enhances outdoor lighting and safety in the area, with a contract value estimated between $25,000 and $100,000, and is exclusively set aside for small businesses. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit their quotes, with the work expected to be completed within 180 calendar days after receiving the Notice to Proceed. For further inquiries, contact Mario Dizdarevic at mario.dizdarevic@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    Cannelton Fixed Weir Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Cannelton Fixed Weir Repair project located at Cannelton Locks and Dam in Indiana. This opportunity is aimed at contractors with Indefinite Delivery Indefinite Quantity Contracts to provide construction services, with a cost range estimated between $250,000 and $500,000. The project is critical for maintaining infrastructure within the Great Lakes and Ohio River Division, ensuring the functionality and safety of the locks and dam system. Interested vendors must be registered in the SAM database and are encouraged to submit their price proposals, with inquiries directed to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
    MISSILE MUNITIONS DISTRIBUTION FACILITY AND RAIL CLASSIFICATION YARD AT LETTERKENNY ARMY DEPOT in CHAMBERSBURG, PENNSYLVANIA
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking qualified small business construction contractors for the Missile Munitions Distribution Facility and Rail Classification Yard project at the Letterkenny Army Depot in Chambersburg, Pennsylvania. This project involves the demolition of two existing buildings and the construction of a new 57,955 square foot distribution facility, a rail classification yard, and associated support structures, with an estimated budget between $25 million and $100 million. The initiative aims to enhance competition among small businesses, including those in various socioeconomic categories, while ensuring compliance with federal procurement guidelines. Interested contractors must submit their qualifications and relevant project experience by 11:00 A.M. EDT on January 31, 2025, to the designated contacts, Lauren Elamenuel and Tamara Bonomolo, via email.