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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Dept Of Defense
    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.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    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.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    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.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    Amendment1-Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska, under a total small business set-aside contract. The procurement involves a non-personal service contract for Material Handling Equipment (MHE) services, including the provision of licensed operators and riggers for scheduled and unscheduled crane operations, primarily for loading and unloading equipment at the railhead. This service is critical for supporting military operations and ensuring compliance with safety and regulatory standards. Interested contractors should note that the contract covers specific service dates in early 2026, and they can reach out to SSG Eric Kim or MAJ Molly Libowski via email for further inquiries regarding the solicitation.
    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.