OVERHEAD CRANE TROLLEY MODIFICATION FOR THE WATERVLIET ARSENAL, WATERVLIET, NY
ID: W911PT-25-Q-0064Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC WVAWATERVLIET, NY, 12189-4000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command, is soliciting bids for the modification of the overhead crane trolley at Watervliet Arsenal in New York. The project involves replacing the existing 30/10 ton trolley and hoists with a new 20-ton trolley, ensuring compliance with various safety and engineering standards, including OSHA and CMAA codes. This modification is crucial for maintaining operational efficiency and safety in the arsenal's machinery operations. Interested contractors must submit their proposals by September 2, 2025, and are encouraged to contact Maria DeCrescenzo at maria.d.decrescenzo.civ@army.mil or Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil for further details.

    Files
    Title
    Posted
    The provided document consists of multiple
    This government file, likely part of an RFP for crane system modifications, addresses several vendor questions regarding a bridge crane. Many inquiries about crane specifications (trolley rail gauge, bridge girder spacing, crane height, hook height clearance) are directed to Kone Cranes' intellectual property drawings, which are not held by WVA but are available to the private sector at Kone's discretion. The government explicitly rejects increasing overhead clearance by modifying infrastructure (electrical, structural, MEP) to achieve a desired hook height increase, though modifying the trolley structure is deemed feasible. The government will not consider replacing the existing DC crane with an AC system due to the loss of interoperability and interchangeability with other existing DC cranes and power supplies. However, the government will consider bids that include optional price proposals for a crane engineer survey, provided they do not violate the Performance Work Statement's constraints.
    This document compiles questions and answers regarding a government Request for Proposal (RFP) related to crane modifications or upgrades. It clarifies information about existing crane components, dimensions, and operational characteristics. Key points include the government providing various photos of crane parts and assemblies, approximate measurements for hoist/trolley height and length, and the crane span. The government explicitly states the unavailability of crane shop drawings and current hoist/bridge travel speeds due to the crane's age and recent control upgrades. Design work must be performed by a Professional Engineer licensed in NY with relevant experience, and all alterations must comply with OSHA and CMAA codes. The project falls under the Buy American Act, requiring compliance for new components. The government also provided recent inspection reports but no structural drawings. This Q&A serves to provide prospective contractors with essential details for submitting proposals that align with the government's requirements and regulatory standards.
    This Performance Work Statement (PWS) outlines the requirements for modifying Crane B00419 at Watervliet Arsenal, Building 35, specifically to increase the hoist hook height of the 10-ton auxiliary hoist by 39 inches and reconfigure its trolley for improved access. The contractor is responsible for all aspects of the project, including design, removal, modification, re-installation, and testing of components, ensuring compliance with OSHA, ANSI, CMAA, HMI, and other applicable standards. Key requirements include obtaining manufacturer approvals (Shepard Niles/Kone Cranes), re-certifying the modified crane with a P.E. stamp, and conducting a 125% load test. The project has a 30-calendar-day completion timeline after notice to proceed. The PWS emphasizes contractor responsibility for all costs, safety adherence, and detailed submittals, including structural and electrical schematics. A Quality Assurance Surveillance Plan (QASP) is included to evaluate performance based on timeliness, quality, and adherence to requirements.
    The Performance Work Statement (PWS) outlines requirements for modifying the trolley and hoist on Crane B00419 at Watervliet Arsenal, specifically aimed at enhancing its lift height for improved efficiency in the Chrome Plating area of Building 35. The contractor is responsible for providing all necessary resources, including tools, materials, and supervision, while adhering to safety regulations and ensuring compliance with applicable codes. Work must commence within seven days of notice and be completed within thirty days, including site cleanup. The modification entails increasing the auxiliary 10-ton hoist height by 39 inches, retaining the functionality of the existing 30-ton main hoist, and ensuring all equipment meets safety standards. The contractor must coordinate with relevant personnel, secure necessary approvals from original manufacturers, and conduct rigorous load testing after modifications. The project includes a Quality Assurance Surveillance Plan to ensure compliance with timelines and performance quality. The summary reinforces the project's importance in maintaining operational standards and safety at the facility, highlighting its structured approach to project management and regulatory adherence.
    This amendment to solicitation W911PT25Q0064 extends the response due date to August 25, 2025, and incorporates responses to Requests for Information (RFIs). Key RFI responses include the provision of photos for various crane components, confirmation of specific dimensions (e.g., approximately 59" from trolley rail to overhead obstruction, 45" overall height of hoist/trolley, 18.5" and 15" diameters for hoist drums, 154" trolley length, and approximately 68 feet crane span), and the unavailability of certain details like general arrangement drawings, bridge travel speed, and hoist speed due to the crane's age and recent controls upgrade. The government specifies that design work must be signed and sealed by a Professional Engineer licensed in NY with relevant experience, and the final crane design must comply with OSHA and CMAA codes. The project falls under the Buy American Act, requiring new components to comply, and NAVFAC P-307 Crane Certifications are not required for technicians. Structural drawings are unavailable, but recent inspection reports were provided.
    Amendment 0002 for Solicitation W911PT25Q0064, issued by the ARMY CONTRACTING COMMAND-WARREN (WVA), addresses Request for Information (RFI) #2 responses and extends the offer due date to September 2, 2025. The RFI window is now closed. Key responses indicate that drawings for crane specifications (trolley rail gauge, bridge girder spacing, crane clearance, bridge crane height, and distance between bridge girders) are intellectual property of Kone Cranes and not held by WVA. The government will not allow infrastructure modifications (electrical, structural) to increase overhead clearance to achieve desired hook height, but modifying the trolley structure is feasible. Replacing the entire hoist/trolley with an AC-powered system is not applicable due to cost and interoperability concerns with existing DC cranes. The government will consider bids, including optional price proposals for a crane engineer survey, provided they do not violate the Performance Work Statement constraints.
    The document pertains to a Request for Quote (RFQ) issued by the Army Contracting Command for services at Watervliet Arsenal, specifically focusing on the modification of a trolley on crane B419. The RFQ outlines critical delivery and quality requirements, emphasizing the necessity for timely delivery and adherence to specifications to avoid penalties such as contract termination. It emphasizes the importance of quality products, encouraging contractors to be familiar with their capabilities and limitations before submitting bids. Key information includes the deadline for submissions, which is set for August 14, 2025, and details about a mandatory site visit scheduled for July 31, 2025. The RFQ incorporates numerous standard federal clauses addressing various regulations and compliance requirements, including service contract labor standards and safety protocols. Contractors must adhere to strict guidelines regarding on-site behavior and identification, particularly for non-U.S. citizens. The document stresses the need for contracts to be exclusive to small businesses, particularly those owned by service-disabled veterans, women, and those designated as HUBZone or 8(a) firms. Overall, it serves as a comprehensive solicitation for bids, ensuring legal and procedural frameworks are in place for a successful contract award process.
    Lifecycle
    Title
    Type
    TROLLEY MODIFICATION
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    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.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    Gantry Crane
    Buyer not available
    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
    Buyer not available
    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.
    Harrington Crane & Hoist w/ Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide and install Harrington 3-ton Air Hoists with Motorized Air Trolleys at the Marine Corps Logistics Base in Albany, Georgia. The procurement requires vendors to deliver all necessary labor, tools, materials, and equipment for the installation, ensuring compliance with industry standards and safety regulations, including OSHA and NEC guidelines. This equipment is critical for operational efficiency within the Marine Depot Maintenance Command, and a site visit is mandatory for vendors prior to submission of quotes. Interested parties must submit their quotes via email to Jamie Fernandez by the specified deadline, ensuring they include all required documentation and comply with the outlined provisions.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.
    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.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    Watervliet Arsenal - Sheet Metal Shear
    Buyer not available
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    HOIST,CHAIN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.