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
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.
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.
Sole Source - Boom Crane Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide boom crane inspection and maintenance services for an Altec Model AC28-95B at Malmstrom Air Force Base in Montana. This procurement is a sole source award to MGX Equipment Services, LLC, necessitating specialized knowledge for a one-time service that includes detailed inspections, maintenance, and repairs to ensure the crane's operational efficiency and safety. The contract will be awarded based on a comparative analysis of price, compliance with specifications, and performance timelines, with proposals due by April 22, 2025, and inquiries accepted until April 16, 2025. Interested parties should submit their quotes via email to the designated contacts, Rachel Wright and Melissa Huston, and include their Company CAGE Code or Unique Entity Identifier (UEI).
Crash Recovery Crane BPA
Buyer not available
The Department of Defense, specifically the 162d Wing of the Arizona Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for Crash Recovery Crane Services under solicitation number W50S6S25Q0011. The procurement is exclusively set aside for small businesses within the NAICS code 238990, requiring vendors to provide a completed Price List, a capabilities statement, and essential company information to demonstrate their technical capability and compliance with federal regulations. These crane services are critical for the recovery of disabled aircraft, necessitating a crane with a lifting capacity of at least 40,000 pounds and a one-hour mobilization response time within 30 miles of Tucson International Airport. Interested vendors must submit their quotes by the specified deadline and direct inquiries to the primary contact at 162MSC.162MSC.Contracting@us.af.mil, with the solicitation closing on April 18, 2025.
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.
Macrodyne Hydraulic Press Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for on-site preventive maintenance and emergency repair services for Macrodyne Hydraulic Press machines located at the Anniston Army Depot (ANAD). The procurement includes unlimited emergency repair and replacement parts, with the work to be performed in accordance with the Statement of Work, and is intended to be sole sourced to Macrodyne Technologies Inc. This maintenance is crucial for ensuring the operational efficiency of metalworking machinery, which plays a significant role in defense manufacturing processes. Proposals must be submitted electronically by Monday, April 28, 2025, at 10:00 AM CST, and interested vendors can access the solicitation and any amendments via the SAM.gov website. For further inquiries, contact Crystal Hodges at 256-240-3614 or via email at crystal.l.hodges8.civ@army.mil.
(Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of the Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center in Maryland. This procurement, designated as a Total Small Business Set-Aside under NAICS Code 811310, requires contractors to provide comprehensive maintenance services, including quarterly inspections and emergency repairs, over a base year with two optional years. The selected contractor will ensure compliance with safety protocols related to DU exposure while maintaining operational functionality of the facility. Interested parties must register for a mandatory site visit scheduled for April 21, 2025, and submit their proposals by May 2, 2025, with inquiries directed to Christine Orr at christine.n.orr.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.
49--NRP,CRANE,ADJUSTABL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five adjustable cranes under solicitation number 4920016223844. The requirement includes the delivery of these cranes to DLA Distribution within 163 days after the order is placed, with the approved source being 08136 S4T18-S25AC. These cranes are essential for maintenance and repair operations, highlighting their importance in supporting military logistics and operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
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.