Inspection, Evaluation and Repair of Crane at Albany Field Office
ID: W912DS25Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, 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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the inspection, evaluation, and repair of a Terex T-340-1 Mobile Crane located at the Albany Field Office in Troy, New York. The project involves diagnosing issues with the crane's telescopic boom system, inoperable fuel gauge, and leaking cabin heater, followed by necessary repairs and compliance with safety standards. This procurement is critical for maintaining operational capabilities and safety of government-owned equipment, with a total small business set-aside to encourage participation from small businesses. Interested contractors must submit their proposals by July 3, 2025, at 2:00 PM EDT, and can direct inquiries to Matthew Lubiak at matthew.e.lubiak@usace.army.mil or by phone at 917-790-8089.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines maintenance and safety guidelines for boom and hoist cylinders, particularly focusing on the inspection and management of wire ropes used in crane operations. It emphasizes daily inspections of wire ropes, including spooling, sheaves, and fittings, which must be meticulously recorded. Comprehensive weekly inspections by qualified personnel are mandated, adhering to ANSI Standard B30.5 for wire rope management. Any damaged wires, such as kinks, crushes, or birdcaging, should be removed immediately to prevent safety hazards. The document warns against using non-rotating wire ropes in multiple reeving applications due to their potential for hidden failures. Overall, the maintenance procedures aim to ensure operational safety and longevity of equipment, stressing proper installation and lubrication of wires while maintaining rigorous inspection standards. The content serves as a critical reference for contractors engaged in related federal or local government contracts requiring adherence to safety and operational guidelines for heavy machinery.
    The document outlines a Request for Proposal (RFP) for the inspection, evaluation, and repair of a Terex T-340-1 Mobile Crane located at the Albany Field Office of the Army Corps of Engineers. The contractor is tasked with picking up the crane, performing necessary repairs and evaluations, and returning it, all while adhering to specified guidelines and safety standards. The RFP specifies various contract line items (CLINs) including picking up and delivering the crane, conducting a diagnostic inspection, performing an annual safety inspection and certification, and load testing. It includes options for additional repairs based on inspection findings. Additionally, the document contains performance timelines, payment terms, and references elevated minimum wage requirements under relevant labor laws. The RFP emphasizes the contractor's responsibility for compliance with federal regulations concerning labor standards and safety, ensuring the work aligns with the Army Corps of Engineers' requirements. This solicitation serves to enhance the operational capabilities and safety of government-owned equipment through contracted services while fostering engagement with small and disadvantaged businesses.
    The document is an amendment to a federal government solicitation related to a contract, specifically modifying the due date for offers. The original deadline of June 18, 2025, has been extended to June 26, 2025, at 2:00 PM EST. This amendment is part of contract W912DS25Q0006, issued by the U.S. Army Corps of Engineers in New York. All terms and conditions of the original solicitation remain unchanged except for the specified adjustment in the submission deadline. Offerors must acknowledge receipt of this amendment to ensure their submissions are considered. The document includes standard forms and references prescribed by the General Services Administration and the Federal Acquisition Regulation. This amendment illustrates the typical bureaucratic processes involved in government contracts, particularly the communication of changes in timelines to potential contractors.
    This document is an amendment to a government solicitation issued by the U.S. Army Corps of Engineers, specifically modifying contract W912DS25Q0006. The primary purpose of the amendment is to extend the deadline for offers from June 26, 2025, to July 3, 2025, at 2:00 PM EST. It emphasizes the need for offerors to acknowledge the amendment prior to the new deadline, with clear instructions on how to do so. Despite this change, all other terms and conditions of the original solicitation remain unchanged. The amendment is formally recognized and signed by pertinent officials, maintaining administrative adherence to federal guidelines. This document reflects standard procedures in government contracting, ensuring transparency and fairness in the procurement process.
    This document serves as an amendment to solicitation W912DS25Q0006, issued by the US Army Corps of Engineers, to address vendor inquiries regarding a crane repair project. The amendment clarifies the nature of technical issues related to a crane's telescoping systems and the need for a diagnostic report before any repairs can begin. Vendors are reminded that their submissions must include detailed estimates broken down by Contract Line Item Numbers (CLINs) for various components of the repair work, including transport and inspection costs. Responses to vendor questions are intended for informational purposes and do not alter the original solicitation or its specifications. The deadline for vendor submissions remains July 3, 2025, at 2:00 PM EDT. This document highlights the structured nature of government procurement processes, emphasizing transparency and communication between contracting officers and potential contractors while ensuring compliance with federal regulations. The core objective is to facilitate a clear understanding among bidders regarding the expectations for quotes and repair work following the framework established in the original solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    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.
    Repair/Replace Overhead Cranes on Fort Drum
    Dept Of Defense
    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.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    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.
    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.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    Gantry Crane
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.