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
    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
    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.
    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.
    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.
    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.
    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
    JIB Crane for Bldg 147
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of a JIB Crane for Building 147. This contract is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The JIB Crane is essential for various operational tasks within the facility, ensuring efficient material handling and support for ongoing projects. Interested vendors can reach out to Zena Johnson at zena.s.johnson.civ@army.mil or call 1-520-669-6059 for further details regarding the solicitation process.
    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.
    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.
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    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.
    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.
    IFB 33-5048 DLA DS Meade One Time Sale Usable Crane
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of a usable truck-mounted crane located at Aberdeen Proving Ground, Maryland. Interested bidders must submit sealed bids using Standard Form 114 (SF114), with a minimum bid of $100 per unit, by the closing date of January 12, 2026, at 1:00 p.m. EST. This sale is significant as it involves surplus government property, and the selected bidder will be responsible for the removal of the crane within 90 calendar days, adhering to all applicable federal, state, and local regulations. For further inquiries, bidders can contact Jared Plott at Jared.Plott@dla.mil or Jenifer Sestina at jenifer.sestina@dla.mil.
    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.
    HOIST,CHAIN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.