Crane and Hoist Inspection -- Government Publishing Office (GPO)
ID: 040ADV-25-Q-0023Type: Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking qualified contractors to perform annual inspections of approximately 43 cranes, hoists, and associated rigging equipment as part of a multi-year service contract. The inspections are crucial for ensuring compliance with OSHA and industry safety standards, thereby safeguarding crane operators and maintaining operational efficiency. Contractors will be required to conduct thorough inspections, provide corrective action recommendations, and produce detailed reports on equipment operability, with inspections taking place at specified locations in Washington, DC, and Laurel, MD. Interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further details, and proposals must adhere to the guidelines outlined in the solicitation documents, emphasizing the importance of technical capabilities and past performance in the evaluation process.

    Point(s) of Contact
    Michael McKenzie
    mrmckenzie@gpo.gov
    Troy D. White
    twhite@gpo.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the U.S. Government Publishing Office (GPO) for crane, hoist, and rigging inspections, specifically designed for Women-Owned Small Businesses (WOSB). The RFP includes details on submission guidelines, contract types, and evaluation criteria. Interested contractors must submit their quotes electronically by the specified due date, demonstrating technical and management capabilities, along with relevant past performance examples. Each offer must include a proposed timeline, resumes of qualified personnel, and adhere to the acceptable standards for a Firm-Fixed Price contract. The evaluation process will prioritize the lowest priced, technically acceptable bids, and submissions must satisfy Government requirements. The document emphasizes compliance with various regulations and necessary certifications. The summarized RFP provides essential direction for prospective contractors, detailing contractual obligations, submission protocols, and standards for service delivery, while promoting participation from women-owned businesses.
    The document outlines a Request for Proposals (RFP) for a federal grant program aimed at supporting local governments in enhancing community resilience to climate change. The primary goal is to encourage innovative strategies that address both mitigation and adaptation efforts across various sectors, including infrastructure, public health, and natural resource management. Key components of the RFP include eligibility criteria for applicants, funding amounts, and timelines for submission. Proposals should demonstrate collaborative approaches involving local stakeholders and align with existing comprehensive plans. Additionally, the RFP emphasizes the need for projects to integrate equity considerations, ensuring benefits reach vulnerable populations adversely affected by climate impacts. The evaluation process will prioritize projects with measurable outcomes and sustainability. This initiative reflects the government’s commitment to proactive measures against climate-related challenges while fostering community engagement and equity in the implementation process.
    The provided document details a comprehensive inventory of various hoisting and lifting devices owned by the government, categorized by building, location, type, and manufacturer. The inventory highlights the specific devices utilized in machine shops and other departments, noting their capacity and maximum load limits. The document includes a variety of equipment such as electric trolleys, manual chain hoists, and monorail hoists, with specific mention of manufacturers and models. Additionally, it emphasizes that prospective contractors should verify the accuracy of the information before submitting bids, noting that the government assumes no responsibility for inaccuracies. A specific mention of a trip requirement for inspections at the GPO site in Laurel, MD, is included, indicating a necessity to check equipment across locations. The document serves as a significant resource for potential bids related to maintenance or upgrades of lifting equipment, underscoring the importance of accurate data for ensuring compliance and operational efficiency within government facilities.
    The U.S. Government Publishing Office (GPO) is seeking a qualified contractor for annual inspections of approximately 43 cranes, hoists, and associated rigging equipment as part of a multi-year service contract. These inspections are vital for compliance with OSHA and industry standards, ensuring the safety of crane operators. The contractor will perform inspections at specified locations in Washington, DC, and Laurel, MD, and must inspect all equipment, provide corrective action recommendations, and produce comprehensive reports detailing operability and discrepancies. Additional requirements include tagging inspected equipment, maintaining precise documentation, and adhering to security protocols for accessing secure work areas. Deliverables include reports of operability and estimated repair costs for any failing equipment. The inspections must occur within a defined timeframe, excluding federal holidays, emphasizing the importance of safety and compliance throughout the contract duration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    A/E Design of Freight Elevator #12 at GPO Building A
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    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.
    D951-M On-site Services (R-1) (A-1)
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Pit Benck Stock Forklifts parts
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to procure parts for Pit Bench Stock Forklifts through a sole source justification. The procurement is aimed at fulfilling the requirements of purchase order 2031ZA23P00185, which has been awarded to TeamGov, Inc. for these specific parts, highlighting their critical role in maintaining operational efficiency within the bureau's facilities. Interested parties can reach out to Adnan Sillah at adnan.sillah@bep.gov or call 202-874-2634 for further details regarding this opportunity.
    Short-Run Copying
    Buyer not available
    The United States Government Publishing Office is seeking contractors for a federal contract titled "Short-Run Copying," which involves the production of flat forms and books on a fast schedule. The procurement requires services such as color and black copying, CD copying, binding, labeling, packing, and delivery, emphasizing the need for efficient turnaround times. These services are critical for the timely dissemination of government publications and materials. Interested parties can find complete specifications and additional details at the provided link, and they may contact Felicia Buchko at fbuchko@gpo.gov or Chuck Szopo at cszopo@gpo.gov for further inquiries.
    Print Mail Facility Notice Envelopes
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to produce Print Mail Facility Notice Envelopes, as outlined in a Combined Synopsis/Solicitation. The procurement involves various operations including composition, electronic prepress, printing, construction, packing, and distribution of the envelopes. These envelopes are essential for the effective communication and dissemination of information by the government. Interested parties can find complete specifications and further details at the provided GPO link, and may contact David Love at dlove@gpo.gov or 202-512-0104, or Antonio Mozie at amozie@gpo.gov or 202-679-5919 for additional inquiries.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Various Mailers
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to produce various mailing packages for five distinct mailer groups, which include letters (notices and/or bills), inserts, business return envelopes (BRE), and mail-out envelopes. The procurement requires comprehensive services such as electronic prepress, printing, variable imaging, binding, construction, gathering and inserting, and distribution of the mailers. These services are crucial for effective communication and distribution of government information to the public. Interested parties can find complete specifications and further details at the provided link, and they may contact Stacy Bindernagel at sbindernagel@gpo.gov or by phone at 202-512-2103 for additional inquiries.
    Puget Sound Elevator Maintenance Services
    Buyer not available
    The General Services Administration is seeking qualified contractors to provide elevator maintenance services for the Puget Sound region. The procurement involves repair and maintenance of elevators, communication devices, and related equipment to ensure compliance with the latest American Standard Safety Code for Elevators, A17.1, A18.1, as well as all applicable laws and regulations. These services are crucial for maintaining the safety and functionality of public buildings, ensuring that elevator systems operate efficiently and meet safety standards. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or 253-209-9118 for further details regarding this opportunity.
    Centralized Waste Processing System
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.