Various Cranes at Rock Island Arsenal
ID: W519TC25Q2184Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

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

PSC

CRANES AND CRANE-SHOVELS (3810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for the procurement and installation of various cranes at the Rock Island Arsenal Joint Manufacturing Technology Center. The project specifically requires contractors to provide new Free-Standing, Top Running Single Girder Bridge Cranes that meet stringent design and safety standards, including a lifting capacity of 4,000 lbs and compliance with industry regulations. This procurement is crucial for enhancing operational efficiency and safety within federal facilities, reflecting the government's commitment to maintaining high operational standards. Interested bidders must attend a mandatory site visit on April 2, 2025, and submit their proposals by April 21, 2025, at 11:00 AM. For further inquiries, potential bidders can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The Rock Island Arsenal's request for proposal seeks contractors to provide and install new Free-Standing, Top Running Single Girder Bridge Cranes at multiple locations within the Rock Island Arsenal-Joint Manufacturing and Technology Center (RIA-JMTC). The project outlines strict design and safety standards, emphasizing compliance with industry regulations. Key specifications include the capacity to lift 4,000 lbs, distinct electrical requirements, safety features such as safety brakes and limit switches, and the need for equipment to be new and unused. Contractors must also adhere to stringent security protocols upon site access and ensure that all equipment is registered in the Item Unique Identification (IUID) Registry. The proposal details various crane system specifications for different operational areas, including welding and cleaning operations, alongside provisions for installation, maintenance training, and service support. The overarching aim is to enhance operational efficiency while meeting safety and regulatory standards, demonstrating the government's commitment to maintaining high operational standards at federal facilities. Overall, this proposal reflects the broader context of federal procurement processes focused on ensuring contractor accountability, compliance, and operational readiness within governmental frameworks.
Apr 11, 2025, 3:13 PM UTC
The document is DD Form 1423-1, which outlines contract data requirements for the acquisition of free-standing cranes by the federal government. It details specific data item submissions required from the contractor, including Installation and Preparation Documentation, which encompasses equipment characteristics, footprint drawings, installation drawings, electrical schematics, and safety lockout procedures. Each data item submission must be provided in electronic format, with deadlines specified for initial and subsequent submissions, generally within 30 to 60 calendar days of contract award or equipment delivery. Notable specifications include comprehensive documentation of equipment dimensions, capacity, operating clearances, utility requirements, and safety protocols. The form also indicates the necessary copies to be sent to Rock Island Arsenal, ensuring accountability and proper preparation for equipment installation and maintenance. Overall, this document ensures compliance with federal procurement processes and standards, facilitating effective communication and operational readiness for the contracted equipment.
Apr 11, 2025, 3:13 PM UTC
The document outlines a series of specifications and inventory items related to equipment and infrastructure projects needed for various governmental facilities. It includes detailed references to items such as ovens, chillers, autoclaves, vending machines, cranes, and multiple tanks and pumps, suggesting a focus on industrial, manufacturing, or laboratory environments. Various equipment models and specifications are listed, including measurements and capacities, indicating meticulous planning for operational efficiency. Moreover, references to installations, such as a modular wall for welding and extensive crane systems, illustrate a need for infrastructure capable of supporting significant manufacturing processes. The document reflects a comprehensive procurement strategy aligned with federal and state RFP frameworks, emphasizing compliance with governmental regulations and standards. Overall, the file serves as a technical guide for acquiring necessary equipment and modifications to enhance operational capabilities in federally funded projects, aiming to streamline workflow and maintain high safety and performance standards across facilities.
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
This document outlines Amendment 0001 to the solicitation for contract W519TC25Q2184, issued by the Army Contracting Command - Rock Island. The amendment serves multiple purposes: it extends the deadline for submission of offers to April 21, 2025, at 11:00 AM and addresses questions raised by potential bidders regarding the assembly of Bridge Cranes. Notably, the document clarifies that blueprints for the existing Bridge Crane are not available, and specific lifting or rigging diagrams cannot be provided due to the variable nature of the systems' repurposing. Additionally, it includes an invitation for bidders to review provided photos and sketches relevant to the assembly process. All other terms and conditions of the original solicitation remain unchanged. This amendment illustrates the ongoing processes involved in federal contracting, particularly in providing necessary information for bidders and ensuring transparency throughout the procurement phase.
Apr 11, 2025, 3:13 PM UTC
The document outlines Solicitation W519TC25Q2184 from the Army Contracting Command, aimed at procuring various cranes for the Rock Island Arsenal, Joint Manufacturing and Technology Center. Issued under Federal Acquisition Regulations (FAR), it seeks proposals that provide the best price from qualified contractors for the specified requirements. The solicitation includes one option line item not currently funded but may be exercised later. A mandatory site visit for bidders is scheduled ahead of the due date for proposals, reinforcing the importance of compliance with safety protocols. Quotes must ensure delivery to Rock Island Arsenal, with payment procedures outlined in relation to submission through the Wide Area Workflow system. The document also emphasizes conditions related to telecommunications equipment to prevent risks associated with specific suppliers and includes mandatory clauses about responsible business practices and affirmations for eligibility in small business programs. This reflects the government’s commitment to both securing necessary equipment and supporting socio-economic initiatives like small and veteran-owned businesses.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Set of Lifting Columns
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for a firm-fixed-price contract for a set of lifting columns. This procurement aims to acquire specialized equipment as outlined in the specifications document RIPD-25-3-23, which is crucial for supporting military operations. The deadline for proposal submissions has been extended to April 25, 2025, at 1:00 PM CST, with delivery of the lifting columns required by November 7, 2025. Interested contractors should contact Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil for further details and must comply with various federal regulations and security protocols during the bidding process.
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.
Cooling Towers at RIA-JMTC
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement and installation of two new cooling towers at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) in Illinois. The project aims to replace existing cooling systems that provide chilled water essential for operations, specifically for the Arc Furnaces in Building 212, ensuring compliance with national safety regulations and operational efficiency. Interested contractors must adhere to strict safety protocols, including mandatory personal protective equipment and background checks, and are required to submit their proposals by April 22, 2025, following a site visit scheduled for March 19, 2025. For further inquiries, potential bidders can contact John Jacobsen at john.e.jacobsen16.civ@army.mil.
Liebherr Crane Block
Buyer not available
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 designated as a total small business set-aside, and the associated NAICS code is 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The crane block is essential for various operations within the Army Corps, highlighting its importance in supporting military logistics and infrastructure. Interested vendors must submit their quotations via email to Tommye Sepulveda by April 23, 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.
Crane Hoist and Conductor Bar Upgrade
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a crane hoist and conductor bar upgrade for an existing bridge crane located in Lakehurst, New Jersey. The procurement involves replacing a 40-year-old 3-ton Detroit hoist and a 3-wire conductor bar with modern equipment that meets the latest Navy Crane Centers standards, including the installation of a Variable Frequency Drive (VFD) controlled hoist and a new bridge control panel. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring that the equipment remains effective for future tenants. Interested parties must attend a mandatory site visit on April 10, 2025, and submit their quotes by 11:00 AM EDT on April 21, 2025, to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.
Concrete Pads
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the construction of concrete pads at the Rock Island Arsenal Joint Manufacturing and Technology Center. The project requires contractors to provide high-strength 5000-PSI concrete pads for various machinery installations, adhering to specific construction guidelines, safety protocols, and environmental considerations. This procurement is significant for ensuring the durability and stability of essential infrastructure at the facility. Interested small businesses must submit their quotes by April 25, 2025, following a mandatory site visit on April 18, 2025, and can direct inquiries to Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil.
Cagles Mill Lake Replace Bridge Crane and Trolley
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the bridge crane and trolley at Cagles Mill Lake in Poland, Indiana. The project requires the contractor to provide all necessary management, personnel, materials, and equipment to remove the existing 6-ton electric wire rope hoist and install a new 6-ton electric chain hoist, including conducting a load test of the new installation. This procurement is set aside for small businesses under NAICS Code 238290, with an estimated construction cost between $25,000 and $100,000, emphasizing the importance of compliance with federal regulations and safety standards. Interested contractors must submit their quotes electronically by April 24, 2025, and are encouraged to attend a pre-performance meeting on April 16, 2025; for further inquiries, they can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.
HEAVY DUTY VERTICAL SAWS
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This contract is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description, including adherence to safety and operational standards, as well as the Buy American Act. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, emphasizing the importance of quality and compliance in federal procurement. Interested contractors must submit their offers via email by April 21, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.
Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
Buyer not available
The Department of Defense is soliciting proposals for maintenance and repairs of the Mobile Crane Fleet at the Army Test Center (ATC) located in Aberdeen Proving Ground, Maryland. This procurement involves a Total Small Business Set-Aside under NAICS Code 811310, requiring contractors to provide scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a contract structure of one base year and three optional years. The services are critical for ensuring operational efficiency and safety in military and commercial test operations, emphasizing compliance with federal, state, and local regulations. Interested contractors must submit their proposals by April 28, 2025, and direct any inquiries to the Contract Specialist, Ike Wright, at ike.a.wright2.civ@army.mil.
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.