Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
ID: W91ZLK-25-R-A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 8:00 PM UTC
Description

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.

Point(s) of Contact
Ike Wright
Name: Secondary POC: Christine Orr
Secondary Email Address: Christine.n.orr.civ@army.mil
ike.a.wright2.civ@army.mil
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
The document is a detailed inventory of various cranes and crane-related equipment, designated by administrative numbers, material descriptions, equipment categories, serial numbers, and storage locations. It includes a range of equipment types, such as crane trucks, mounted cranes, and wheel-mounted cranes, categorized primarily for federal or state government procurement processes. Each entry is labeled with the specific characteristics of the equipment, indicating whether they fall under federal grants or local/state RFPs. This inventory serves as a logistical resource, providing vital information pertinent to the management and allocation of equipment in governmental projects. It underscores the need for accurate tracking and documentation within governmental operations relating to construction and maintenance projects, ensuring compliance with federal guidelines and facilitating efficient resource management.
The document is a combined synopsis/solicitation for a maintenance and repairs contract for the Army Test Center (ATC) Mobile Crane Fleet. It indicates a Total Small Business Set-Aside under NAICS Code 811310 and outlines a Firm-Fixed-Price contract with one base year and three option years. The contractor is expected to perform scheduled maintenance, unscheduled repairs, parts replacement, and other necessary services for cranes at Aberdeen Test Center and nearby locations. Proposals must be submitted in two volumes: a technical proposal detailing the contractor's understanding, capabilities, and past performance and a price proposal with detailed pricing using the specified schedule. The contract will be awarded based on the lowest priced technically acceptable offer. Submission deadlines are established, and inquiries can only be submitted via email. The document emphasizes the requirement for compliance with all specified standards and outlines the evaluation process for proposals. It illustrates the government's process for procuring necessary services while advocating for small business involvement in federal contracts.
Apr 4, 2025, 8:07 PM UTC
The Performance-Based Work Statement (PWS) outlines a non-personal services contract for mobile crane fleet maintenance and repairs at the Aberdeen Test Center (ATC) in Maryland. It includes scheduled preventive maintenance, unscheduled repairs, inspections, and hazardous waste disposal, primarily supporting military and commercial test operations. The contract has a base year of performance with three optional extension years. Key personnel, including an Engineering Team, Program Manager, and certified crane mechanics, will manage operations, and detailed safety protocols must be followed due to the presence of hazardous materials. The contractor must maintain a project management and quality control program to ensure effective service delivery. Additionally, they are tasked with meeting strict environmental compliance, managing hazardous waste, and adhering to a defined work schedule that includes alternative operating hours. The contractor will provide services outlined in the density list, ensuring all activities comply with federal, state, and local regulations. The document specifies deliverables, operational scopes, and expectations for documentation and reporting adherence, reinforcing the government's focus on accountability and maintenance efficiency in military applications.
Apr 4, 2025, 8:07 PM UTC
The document outlines the requirements for past performance information (PPI) that must be submitted by offerors as part of their proposals for government contracts. It specifies that offerors need to provide details about at least two contracts completed within the last two years that are comparable in nature to the current solicitation. Required information includes project titles, descriptions, contract numbers, performance periods, and the roles of the offeror (either prime or subcontractor). The offerors are also expected to include client contact information and narratives detailing the relevance of previous contracts to the new proposal, success metrics, and challenges faced during the execution of those contracts, including any corrective actions taken. The emphasis on past performance directly relates to the government’s need to assess the capability of contractors to deliver similar services in future projects, thereby ensuring quality and reliability in contract fulfillment. This structured approach facilitates a comprehensive evaluation of an offeror's experience and reliability, crucial for selecting appropriate contractors in federal, state, and local initiatives.
The document outlines a Request for Proposal (RFP) for maintenance and repair services for a mobile crane fleet, detailing the required tasks, pricing structures, and reimbursement protocols. Contractors are expected to provide scheduled on-site maintenance, specialized off-site maintenance, routine inspections, and unscheduled repairs. The pricing details include labor categories, estimated hours, rates, and overall totals for different job categories across multiple option years. Key elements include reimbursement for productive maintenance costs, along with the procurement of necessary parts and materials, excluding certain contractor-furnished items. The scope of repair services encompasses scheduled maintenance, unscheduled repairs, and modifications to ensure functionality. Additionally, repair parts and services must comply with established performance standards, including inspections and quality assurances. There is a specific emphasis on the management of hazardous materials in vehicle maintenance. The document indicates the necessity of transparency regarding pricing assumptions and methodologies for contractors in their proposals. Overall, it aims to ensure that maintenance services for the mobile crane fleet are effectively managed and financially accounted for, aligning with federal and local procurement standards.
The document outlines various clauses incorporated by reference for government contracts, specifically detailing requirements and provisions applicable to contractors working with the Department of Defense (DoD). Prominent clauses address topics such as the role of the Contracting Officer's Representative, compensation regulations for former DoD officials, whistleblower rights, anti-terrorism training, and safeguarding defense information. It further includes stipulations on contractor property management, electronic payment processes through the Wide Area Workflow, and limitations on government obligations. Additionally, there are provisions targeting the prohibition of certain business operations, particularly concerning the Maduro regime and sensitive telecommunications involving Iran. The document emphasizes essential contractor services during crises and outlines procedures for necessary certifications and representations related to small businesses, disadvantaged entities, and environmental regulations. This comprehensive set of clauses underlines the government's commitment to ensuring accountability, compliance with federal regulations, and the safeguarding of defense-related information while engaging with contractors, ultimately streamlining processes in federal RFPs and grants.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Mobile Crane Inspection and Repair
Buyer not available
The Department of Defense, specifically the Army, is seeking qualified contractors to perform diagnostics and repairs on a TEREX DEMAG AC200-1 mobile crane at the Sierra Army Depot in Herlong, California. The procurement includes a Firm-Fixed Price Contract Line Item for diagnostics and optional Time and Materials pricing for additional repairs, with a focus on restoring the crane to operational standards while ensuring compliance with federal regulations. This opportunity is set aside for small businesses, with a total business size standard of $12,500,000 under NAICS code 811310, and proposals are due by 10:00 AM on April 7, 2025. Interested parties should contact Justin Lyu at justin.y.lyu.civ@army.mil or Jason Huth at jason.c.huth.civ@army.mil for further details.
99 CES Crane and Hoist Certification and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for crane and hoist certification and maintenance services at Nellis Air Force Base in Nevada. The contractor will be responsible for providing comprehensive management, tools, labor, and materials necessary for annual inspections, preventive maintenance, load testing, and emergency repairs of crane and hoist equipment, ensuring compliance with OSHA and ANSI standards. This procurement is critical for maintaining the operational safety and efficiency of equipment vital for Air Force logistics. Interested small businesses must submit their proposals electronically by April 7, 2025, with questions due by March 25, 2025; for further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or SSgt Katherine Miller at katherine.miller.18@us.af.mil.
Grove Crane Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the repair of a Grove Crane at Hurlburt Field, Florida, under solicitation number FA441725Q0118. The contractor will be responsible for providing all necessary management, tools, equipment, supplies, technical data, and labor to perform comprehensive repairs in accordance with the attached Statement of Work, which includes tasks such as software updates and hydraulic leak repairs. This procurement is part of an initiative to engage small businesses, particularly those owned by women, and emphasizes compliance with federal contracting regulations. Interested parties must register for a site visit scheduled for April 3, 2025, and submit their offers by the specified deadlines, with inquiries directed to Tyler Peterson at tylerjohn.peterson@us.af.mil or Lauren Hook at lauren.hook@us.af.mil.
Various Cranes at Rock Island Arsenal
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement and installation of various cranes at the Rock Island Arsenal Joint Manufacturing Technology Center in Illinois. The project specifically requires contractors to provide new Free-Standing, Top Running Single Girder Bridge Cranes, adhering to strict 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 contractors must attend a mandatory site visit on April 2, 2025, at 10:00 AM Central Time, and can direct inquiries to John Jacobsen at JOHN.E.JACOBSEN16.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.
Shop Machine Preventative Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Army Contract Command at Aberdeen Proving Ground, is seeking proposals for shop machine preventative maintenance and repair services. This procurement includes a base year and two optional years of service for the Army Research Laboratory's machine shops, requiring contractors to provide all necessary labor, tools, and parts while adhering to strict compliance with technical and safety regulations. The contract is set aside for small businesses and emphasizes the importance of maintaining operational efficiency and compliance with federal standards for the machinery involved. Interested vendors must submit their proposals within five business days, detailing pricing, technical qualifications, and past performance records, with the service period anticipated to run from May 1, 2025, to April 30, 2028. For further inquiries, contact Deneise Jackson at deneise.c.jackson.civ@army.mil or call 520-672-9583.
Overhead Hoist Repair and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and maintenance of overhead hoists at Joint Base Andrews and Davidsonville, Maryland. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, tools, and supervision to conduct inspections, maintenance, and repairs in accordance with original equipment manufacturer recommendations and relevant safety regulations. This service is crucial for ensuring the operational readiness and safety compliance of hoisting equipment used in various military operations. Interested contractors should contact Ryan Lockard at ryan.lockard@us.af.mil or TSgt Jeffrey Harris at jeffrey.harris.22@us.af.mil for further details regarding the 8(a) set-aside opportunity, which is categorized under NAICS code 811310 and PSC code J039.
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 new Variable Frequency Drive (VFD) controlled hoist and a four-wire electrification system. This upgrade is crucial for enhancing operational efficiency and safety for the Prototype, Manufacturing, and Test Division, ensuring compliance with current operational requirements. 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.
Amendment 0001 Crane Repair at Trinidad Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of a 10-ton bridge crane at the Trinidad Dam in Colorado. The contractor will be responsible for addressing various maintenance issues, including oil leaks in the hoist and bridge gearboxes, replacing the hoist load brake, and ensuring the crane meets current safety and operational standards. This project is critical for maintaining the operational integrity of the dam, which plays a vital role in water management and flood control. Interested small businesses must acknowledge the recent amendment to the solicitation and submit their offers by 2:00 PM on April 8, 2025, with a total award amount of $12,500,000. For further inquiries, contact Glenda D. Kohlieber at glenda.d.kohlieber@usace.army.mil or by phone at 575-479-6095 ext 102.
Preventative Maintenance, Calibration and Repair of Test Equipment
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal (ACC-DTA), is seeking qualified contractors to provide preventative maintenance, calibration, and repair services for test equipment in support of the U.S. Army's Research, Development, Test, and Engineering (RDT&E) initiatives related to ground vehicle systems. The procurement aims to ensure the operational readiness of various laboratory equipment, including handling hazardous materials and performing facility modifications as necessary. This opportunity is critical for maintaining the functionality and safety of equipment essential for testing and development activities within the Army's ground vehicle programs. Interested parties must submit their qualifications by 5:00 PM EST on April 14, 2025, and should contact Alice Spangler or Adam Wingo via email for further information.