Barge Crane vessel Lifts
ID: H9228025R0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)SOCPACCAMP H M SMITH, HI, 96861-4046, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: MARINE ENGINEERING (C216)

Set Aside

Historically Underutilized Business (HUBZone) Sole Source (FAR 19.13) (HZS)
Timeline
    Description

    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM) and the SOCPAC contracting office, is seeking proposals for barge crane vessel lifts, specifically targeting service-disabled veteran-owned small businesses. The procurement includes scheduled initial and storage lifts, as well as optional unscheduled lifts, as outlined in the performance work statement (PWS). This initiative is crucial for fulfilling operational needs while promoting participation from veteran-owned businesses in government contracting. Interested parties should note that the solicitation, identified as H9228025R0003, is set to close on March 13, 2025, and may contact Lochlin Deeks at lochlin.h.deeks.mil@socom.mil or Brett Jacobs at brett.r.jacobs.mil@socom.mil for further information.

    Files
    Title
    Posted
    The document outlines a government solicitation for commercial items under solicitation number H9228025R0003, which is set to close on March 13, 2025. The request is issued by the SOCPAC contracting office at Camp H M Smith, Hawaii, and is set aside exclusively for service-disabled veteran-owned small businesses. The scope includes scheduled initial and storage lifts, as well as optional unscheduled lifts, all for deliverables defined in the performance work statement (PWS). Included are numerous clauses and regulations governing the contract, such as provisions against using covered telecommunications equipment, compliance with labor laws, and requirements related to federal tax compliance, child labor laws, and ethical standards. The document mandates specific documentation and certifications from offerors, including representations regarding business status (e.g., veteran-owned, women-owned), tax compliance, and adherence to federal standards. These solicited services aim to fulfill specific operational needs of the government while promoting small business participation, particularly those owned by veterans. The structured approach ensures that all parties adhere to regulatory frameworks critical in government contracting practices.
    Lifecycle
    Title
    Type
    Barge Crane vessel Lifts
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    20--MAT,CARGO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of MAT, CARGO, under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Hardware Manufacturing industry, with a focus on ship and marine equipment. The goods and services procured will play a crucial role in supporting military logistics and operations. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's website, and are encouraged to respond promptly as the procurement process is underway.
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    USNS JOHN LEWIS RESCUE PLATFORM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a Crane Man Basket under solicitation number N3220525Q2268. This opportunity is not set aside for small businesses and requires the delivery of the item to the MSC SSU BATS in San Diego, CA, by April 21, 2025. The Crane Man Basket is essential for various maritime operations, and the procurement process will evaluate quotes based on technical capability and price, with the award going to the lowest priced accepted offer. Interested parties must submit their price quotes, including shipping and technical specifications, by March 12, 2025, and can contact Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or 757-642-0500 for further information.
    10--CRADLE,CANNON
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of CRADLE, CANNON, under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 332994, which pertains to Small Arms, Ordnance, and Ordnance Accessories Manufacturing. The goods and services sought are critical for military operations, emphasizing the importance of reliable weapons systems. Interested parties should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and are encouraged to submit their proposals in accordance with the outlined requirements.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    49--JACK,DOLLY TYPE,HYD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of jack and dolly type hydraulic equipment. This solicitation is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the government's commitment to supporting small business participation in federal contracting. The equipment is crucial for maintenance and repair operations, ensuring operational readiness and efficiency within military logistics. Interested vendors can direct their inquiries to the buyer listed in the solicitation document or via email at DibbsBSM@dla.mil, with further details available on the DIBBS website.
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    Surface Drive Vessel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an 18 x 54 surface drive vessel to support operations at Cape Canaveral Air Force Station in Florida. This vessel is crucial for anti-terrorism efforts, security zone operations, and disaster response, and must meet specific technical requirements, including a 40 HP motor and advanced navigation and electronic systems. Proposals are due by March 20, 2025, at noon EST, and interested parties should reference solicitation number FA252125QB037 when submitting their bids. For further inquiries, potential offerors can contact the primary representative at 45CONS.PKB.email@us.af.mil.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    Crane and Hoist Maintenance - Washington Aqueduct
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking letters of interest from qualified firms for Crane and Hoist Maintenance services at the Washington Aqueduct facilities. The procurement aims to identify small businesses, including those that are Veteran-Owned, Service-Disabled Veteran-Owned, and Women-Owned, to perform maintenance and inspections on 34 cranes and hoists that are critical for delivering potable water to approximately one million residents in Washington D.C. and Northern Virginia. The contract will encompass a base period of 12 months with four option years and may include a six-month extension, requiring the contractor to ensure compliance with safety standards, provide detailed inspection reports, and manage hazardous materials responsibly. Interested firms should contact Clark Miller at clark.b.miller@usace.army.mil to express their interest and capabilities.