AS Class 5-ton Lake Shore Crane parts
ID: N3220525Q2307Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is soliciting quotes for the procurement of parts for 5-ton Lake Shore cranes, specifically for the USS EMORY S. LAND (AS-39). This sole-source requirement necessitates the acquisition of components from Lake Shore Systems, the only vendor capable of providing the necessary parts due to proprietary data and compliance with stringent military standards. The procurement is critical for maintaining operational readiness and ensuring the cranes meet national defense mission requirements. Interested parties must submit their quotes by April 24, 2025, with anticipated delivery of the parts scheduled between December 15, 2025, and December 31, 2025. For further inquiries, contact Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command is soliciting quotes for commercial products and services under solicitation number N3220525Q2295, specifically related to the procurement of components for 5-ton traveling cranes. This request for quotes (RFQ) is not set aside for small businesses and is governed by applicable federal acquisition regulations. The RFQ details the required parts, quantities, and delivery timelines, with a firm-fixed price order anticipated. Quoters must provide item specifications, unit prices, estimated delivery dates, and other technical submissions to ensure compliance with the solicitation's requirements. The deadline for submitting quotes is April 24, 2025. The evaluation of offers will focus on technical capabilities and price, favoring the submission that best meets government needs at a reasonable cost. The anticipated delivery timeframe is between December 15, 2025, and December 31, 2025, with acceptance occurring at the vendor's facility. This solicitation underlines the government’s procurement process aimed at fulfilling critical operational requirements efficiently while adhering to compliance standards.
    The document outlines the Justification and Approval (J&A) for a sole-source contract awarded by the Department of the Navy to Lake Shore Systems for the procurement of materials to repair the 5-Ton Cranes on the USS EMORY S LAND (AS-39). This action is necessary as Lake Shore Systems is the sole provider of the required parts, having acquired proprietary data from Oldenburg Group Inc., the Original Equipment Manufacturer (OEM). The crux of the justification is founded on the critical role that these cranes play in national defense missions, categorized as L4 critical equipment. The document confirms that no other vendors can meet the stringent requirements set forth by the United States Coast Guard and the American Bureau of Shipping for these specific systems. Additionally, the Contracting Officer has deemed the anticipated costs reasonable, and no efforts were made to solicit alternative offers due to the historical absence of capable vendors. The document concludes with a note on the absence of plans for future competition in this space unless new sources emerge. This summary effectively communicates the necessity and rationale behind the sole-source procurement process within the framework of government contracting.
    The document outlines the Statement of Work for the procurement and fabrication of essential parts for refurbishing the USS EMORY S. LAND (AS39) Port and Starboard 5-ton traveling cranes. It details the advance procurement of long lead-time components and the fabrication of major subcomponents required for a comprehensive overhaul. The contractor is responsible for providing all necessary parts and materials in compliance with specified technical guidelines, ensuring quality assurance through extensive testing and certification processes. Key sections specify the requirements for parts, including load-bearing components, and detail Nondestructive Testing (NDT) protocols. The plan also includes a timeline for project milestones and stipulates the use of a third-party inspector (ABS) at the contractor's cost. Monthly status reports and routine updates to the Military Sealift Command (MSC) representative are mandated throughout the project duration. Ultimately, the document establishes a clear framework for the procurement and quality assessment of vital crane parts, contributing to improved operational readiness of the USS EMORY S. LAND, ensuring adherence to military standards, and promoting a systematic approach to both timelines and accountability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLE SOURCE –ELECTRIC LOAD HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the PSC code 3950, which encompasses winches, hoists, cranes, and derricks, indicating the need for specialized equipment essential for military operations. The Electric Load Hoist is critical for various lifting and handling tasks within naval operations, ensuring efficiency and safety in equipment management. Interested vendors can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil or call 812-227-9645 for further details regarding this opportunity.
    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.
    20--SEGMENT 7 STERN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Segment 7 Stern, identified by NSN 2040014787859. The requirement includes a single unit to be delivered to Assault Craft Unit 4 within 20 days after order, with approved sources specified as 0ACH0 and 66618 for the part number 7401551-001. This procurement is critical for maintaining operational readiness and functionality of marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Gantry Crane
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    SOLE SOURCE – ELECTRIC LOAD HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the notice type "Justification" and falls under the PSC code 1440, which pertains to launchers for guided missiles. The Electric Load Hoist is critical for operations involving guided missile systems, ensuring efficient handling and deployment. Interested parties can reach out to Dustin Spicer at dustin.l.spicer.civ@us.navy.mil for further details regarding this opportunity.
    USNS COMFORT Fuel Oil Parts
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for fuel oil parts for the USNS COMFORT, specifically various mechanical and electrical components. This procurement is a sole-source award to GEA Mechanical, necessitated by the proprietary nature of the parts and their critical role in maintaining compatibility across T-AH Class vessels. Interested vendors must submit their quotes by December 23, 2025, with a firm-fixed-price purchase order expected to be awarded for delivery by February 16, 2026. For further inquiries, contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    39--PARTS KIT,HOIST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for a procurement of a Parts Kit for a hoist, specifically NSN 3950016909573. The requirement includes the delivery of two units to DLA Distribution within 167 days after order placement, with the approved source being 34712 P013081. This procurement is critical for maintaining operational capabilities in materials handling equipment, which is essential for various defense logistics operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    USCGC Healy Crane Smart Equipment
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure and install Crane Smart Load Management Interface (LMI) kits for the USCGC Healy, aimed at replacing outdated systems. The procurement involves providing specific brand-name components, including color-touch screen display panels, anti-2-block switches, load cells, and boom angle transmitters, necessary for the integration and calibration of new computer systems with existing cranes. This upgrade is crucial for enhancing the operational efficiency and safety of the vessel's crane systems. Interested contractors should note that the period of performance for this contract is ninety calendar days from the award date, and inquiries can be directed to Igor Guerrero at igor.guerrero@uscg.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.