Crane Rental and Operator at Dexter Dam (Services)
ID: W9127N25Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 10:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for crane rental and operator services at Dexter Dam in Oregon, specifically for two operational days on March 10 and March 21, 2025. The procurement aims to establish a firm fixed-price contract for the mobilization and demobilization of a crane to install and remove two 28,000-pound tail logs, with work hours set from 0700 to 1700, Monday through Thursday. This opportunity is a total small business set-aside under NAICS Code 238990, emphasizing the importance of local contractor participation in federal projects. Interested vendors must submit their quotes by January 13, 2025, and can direct inquiries to Jaren Bowman at Jaren.L.Bowman@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 7:05 PM UTC
The document pertains to vendor queries concerning crane services for lifting tail logs at Dexter Dam as part of a federal contract (W9127N25Q0016). It outlines critical dimensions for the crane operation, including height specifications for lifting equipment and logs, alongside the need for a suitable crane setup area of approximately 35' x 50'. The tail logs, weighing 28,000 lbs, are confirmed to be on-site and stored in designated slots. The contractor is not required to provide additional rigging or safety equipment, as a bridle sling will be used for lifting. A site visit is scheduled for January 15th at Lowell State Park. Additionally, if a critical lift plan is deemed necessary, the vendor will be responsible for conducting soil suitability assessments, as no government-provided soils report will be provided. Overall, this document serves as a clarification of operational requirements for the crane services needed for the tail logs at the dam, illustrating the importance of safety protocols and effective communication between the government and contractors involved in the project.
Jan 17, 2025, 7:05 PM UTC
The document is a major revision of the “EM 385-1-1 Safety and Occupational Health Requirements Manual,” issued on March 15, 2024, by the U.S. Army Corps of Engineers. It updates the manual to streamline safety protocols, integrating the Corps’ Safety and Occupational Health Management System (CE-SOHMS) and eliminating redundant terminology like "Government Designated Authority." New requirements have been introduced for Site Safety and Health Officers, vehicle safety, sanitation in food service, and the use of uncrewed aircraft. The manual is applicable to all HQUSACE elements and contractors, mandating adherence to federal, state, and local laws while emphasizing the importance of risk management through structured Activity Hazard Analysis (AHA). The document details roles and responsibilities within the organization to enhance oversight and compliance, focusing on training, inspections, and accident reporting. Emphasis is placed on collaboration across teams to ensure safety standards are met throughout project execution. This revision reflects a commitment to improving occupational safety practices in accordance with current regulatory frameworks, aiding in federal and local contract executions.
Jan 17, 2025, 7:05 PM UTC
The document serves as a notification regarding the requirement of Adobe Reader to access a specific government file related to federal RFPs and grants. It indicates that users may be unable to open the document due to either a lack of the necessary software or improper configuration of their viewing environment. The communication directs users to a link that provides information on installing Adobe Reader and configuring the settings for optimal use. This highlights the importance of having the appropriate software for accessing government-related documents, ensuring that stakeholders can engage with federal and local RFP processes without technical impediments. The overall purpose of this document underscores the necessity for compliant software tools in navigating government resources and information.
Jan 17, 2025, 7:05 PM UTC
The Standard Pre-Lift Plan (LHE)/Checklist is a crucial document for safely conducting lifts using cranes, derricks, hoists, and similar equipment. Its purpose is to ensure compliance with safety regulations by addressing various aspects of the lifting process. The checklist covers several key areas: crane considerations (such as rated capacities and environmental hazards), load characteristics (including weights, centers of gravity, and potential binding issues), rigging (confirming the inspection and sizing of rigging components), personnel qualifications and training, and area preparation for the lift. Each section includes a series of yes/no questions to verify that necessary safety measures have been taken. The document requires signatures from the crane operator, rigger(s), and signal person, marking their acknowledgment of responsibilities and safety protocols. By adhering to these guidelines, the checklist aims to mitigate risks associated with lifting operations, thereby ensuring both worker safety and regulatory compliance, which is particularly relevant for federal grants and RFPs focusing on construction and infrastructure projects.
Jan 17, 2025, 7:05 PM UTC
The document is a detailed Critical Lift Plan (Form 16-3) used by the U.S. Army Corps of Engineers (USACE) to ensure the safe execution of crane operations in challenging scenarios. It outlines essential criteria for conducting a critical lift, defined as any non-routine crane lift requiring meticulous planning and additional safety measures, particularly when the load exceeds 75% of the crane's rated capacity. Key components include comprehensive checks for crane conditions, operator qualifications, signaling, rigging details, and safety inspections. There are sections for load calculations, bearing pressures, allowable ground conditions, and site plans to manage potential hazards effectively. The form requires documented qualifications for crane operators, riggers, and signal personnel, emphasizing adherence to safety protocols outlined in EM 385-1-1. The plan not only prioritizes safety but also ensures rigorous oversight in crane operations, reflecting the government’s commitment to address operational risks in construction environments while fulfilling regulatory compliance.
The USACE Critical Lift Plan Review Checklist is a comprehensive tool ensuring safety and compliance during critical crane operations. It mandates the development of a critical lift plan which must be created by qualified personnel, detailing the crane's intended use, specific conditions that classify a lift as critical, and essential operational measures. Key components include detailed information about the crane and load, site drawings, qualifications of personnel (crane operator, rigger, and signal person), environmental conditions, and safety protocols. The checklist further enforces the necessity of documentation, such as inspection reports, operator qualifications, and rigging procedures. Additional requirements include establishing power line clearance, inspecting lifting equipment, and ensuring proper communication protocols. This checklist serves as the basis for evaluating safety practices in crane operations and ensuring adherence to established safety standards, critical for the planning and execution of government-funded projects that involve heavy equipment lifting.
Jan 17, 2025, 7:05 PM UTC
The U.S. Army Corps of Engineers is soliciting quotes for a firm fixed-price contract, W9127N25Q0016, to provide crane rental and operator services for two specific days at Dexter Dam, Oregon—March 10 and March 21, 2025. This procurement is set aside for small businesses under NAICS Code 238990, with a size standard of $19 million. Eligible offerors must be registered in the System for Award Management (SAM). The work will involve crane mobilization to install and then remove two 28,000-pound tail logs, with service hours specified from 0700 to 1700, Monday through Thursday. Proposals must include detailed quotes, technical descriptions, and relevant documentation related to warranties and compliance certifications. Quotes are due by January 13, 2025, with the requirement that submissions must be made via email as facsimile responses are not accepted. This solicitation incorporates various federal acquisition regulations and clauses, ensuring compliance with federal contracting requirements while emphasizing the importance of small business participation in federal projects. By focusing on local contractors, the government aims to support economic growth within the community.
Jan 17, 2025, 7:05 PM UTC
The document outlines specifications for a service deck associated with a structural project, including essential measurements and weights necessary for planning. Key dimensions include a guide height of 58 feet, beam weight of 3,200 lbs, bulkhead weight of 17,660 lbs, and detailed dimensions for both components. Specifically, the bulkhead stands at 12' 1/8" tall and spans 19' 5" wide while being 1' 4-7/8" deep. This data is critical for contractors to understand engineering requirements and ensure compliance with safety and structural regulations. The information provided may be part of a larger framework for federal or state proposals that dictate the standards expected in engineering and construction projects. The focus on precise measurements suggests the intention to minimize risks associated with structural integrity, thereby enhancing public safety and adhering to regulatory standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
McNary Turbine Maintenance Platforms
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is preparing to solicit bids for the procurement of Turbine Maintenance Platforms for the McNary Dam in Umatilla, Oregon. This firm-fixed-price supply contract will adhere to the Technical Specifications set forth by the U.S. Army Corps of Engineers and is designated as a Total Small Business Set-Aside under the NAICS code 332312, which pertains to Fabricated Structural Metal Manufacturing. The platforms are critical for maintaining turbine operations, ensuring efficiency and safety in dam management. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available on sam.gov, with the solicitation expected to be released soon. For inquiries, potential bidders can contact Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
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.
Various Cranes at Rock Island Arsenal
Buyer not available
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.
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.
Lower Monumental Bridge Crane Wheel and Drive System Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Lower Monumental Bridge Crane Wheel and Drive System Upgrade project located at the Lower Monumental Dam in Kahlotus, Washington. This opportunity involves a firm-fixed-price Design Bid Build construction contract, with an estimated value between $10 million and $25 million, aimed at upgrading the existing bridge crane's drive system and hoists, which have been in service since 1968. Interested firms are required to submit a Capabilities Statement demonstrating their experience with similar projects, along with details on their business size and bonding capacity, by April 18, 2025, as the solicitation is anticipated to be issued by June 2025, with an award expected in October 2025. For further inquiries, interested parties can contact LeAnne R. Walling at leanne.r.walling@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
McNary Dam Powerhouse Roof Guardrail
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the installation of a Powerhouse Roof Guardrail at the McNary Lock and Dam in Umatilla, Oregon. The project aims to enhance safety by installing guardrails to protect personnel from falls, ensuring compliance with safety regulations and the "Buy American Act" for material sourcing. This procurement reflects the government's commitment to safety and compliance standards while promoting opportunities for small and disadvantaged businesses. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to direct inquiries to primary contact Hillary A. Morgan at hillary.a.morgan@usace.army.mil or secondary contact Sara Edwards at sara.edwards@usace.army.mil.
Green Peter Dam Spawning Surveys 2025
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to conduct Spring Chinook Salmon spawning surveys above Green Peter Dam from May 2025 to April 2026. The contractor will be responsible for collecting biological data through weekly spawning surveys, carcass counts, and reporting, which are essential for supporting salmon conservation efforts in the region. This initiative underscores the government's commitment to wildlife management and ecological sustainability, with the contract set aside exclusively for small businesses under NAICS Code 541990, with a budget cap of $19.5 million. Interested parties must submit their quotes by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil.
185 Foot Telescoping Boom Aerial Lift
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals from qualified small businesses for the rental of a 185 Foot Telescoping Boom Aerial Lift for a period of two months. This procurement is set aside for small businesses, particularly those owned by service-disabled veterans, and aims to ensure compliance with various federal regulations, including telecommunications and cybersecurity standards. The solicitation emphasizes the importance of fair contracting practices and requires vendors to submit their representations and certifications electronically via the System for Award Management (SAM). Interested parties must submit their quotes by April 16, 2025, at 2:00 PM local time, and should direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
Repair/Replace Overhead Cranes on Fort Drum
Buyer not available
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.