Gantry Crane Troubleshooting/Technical Support
ID: W912EE25Q0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST VICKSBURGVICKSBURG, MS, 39183-3435, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINE ACCESSORIES (J029)
Timeline
    Description

    The U.S. Army Corps of Engineers - Vicksburg District (USACE-MVK) is seeking a qualified contractor to provide on-site troubleshooting and technical support for DCS880-GF gantry crane drive systems aboard the Matboat 4801. The contractor will be responsible for diagnosing and repairing drive-related malfunctions to ensure the operational functionality of the cranes, with services expected to be rendered within three days of a request from the Mat Sinking Unit. This procurement is critical for maintaining the efficiency and safety of operations involving essential equipment, and the contract is anticipated to span one year with options for two additional years. Interested firms must submit a capabilities statement by 5:00 PM CST on October 22, 2024, to Javonta Roper at javonta.a.roper@usace.army.mil, as this is not a Request for Quote and no solicitation will be issued.

    Files
    Title
    Posted
    The "Gantry Crane Troubleshoot 2024" document outlines the requirements for contracting an ABB technician to diagnose and repair DCS880-GF drives for gantry cranes utilized by the Mat Sinking Unit during the 2024 season. The contractor must provide on-site technical support as necessary, addressing any drive-related malfunctions to maintain operational functionality of the cranes. Services are expected within three days of the Mat Sinking Unit's request, with work hours tracked by government representatives. The contract spans one year with options for two additional years and mandates invoice submission after each service call. Compliance with security regulations for federal installations is critical, requiring contract personnel to undergo specific training, be vetted for access, and adhere to force protection protocols. The document also emphasizes the importance of using the E-Verify Program to confirm contractor personnel's employment eligibility. This outlines a structured approach for ensuring the safe and effective operation of critical equipment while meeting security standards and federal requirements, reinforcing the necessity for qualified technical support in government operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    MVD Stone Requirements for FY 25
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Mississippi Valley Division (MVD), is announcing upcoming stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The procurement includes essential tasks such as the construction and repair of dikes, revetments, chevrons, and other river training structures, with additional land-based work involving bank grading, excavation, and stone placement. These projects are critical for maintaining infrastructure and addressing environmental concerns along the river, with estimated costs ranging from $0 to over $10 million, and many contracts expected to be awarded under a Multiple Award Task Order Contract. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further details.
    MVD Levee Requirements for FY 25
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    DREDGE MERRITT – SHIPYARD REPAIR SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking qualified contractors to provide shipyard repair services for the Dredge Merritt, located in Wilmington, North Carolina. The procurement involves comprehensive maintenance, repairs, and modifications to be conducted over a period of up to 90 days, requiring contractors to supply all necessary labor, materials, and services as outlined in the Performance Work Statement (PWS). This opportunity is critical for ensuring the operational integrity and safety of the dredging vessel, which plays a vital role in marine engineering and infrastructure projects. Interested parties must submit their quotes by October 22, 2024, following a mandatory site visit scheduled for September 30, 2024, and are encouraged to direct inquiries to Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Automated Mat Casting Plant
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to design and build an automated casting facility at Richardson Landing, Tennessee, aimed at producing articulated concrete mattress (ACM) squares for channel stability along the Lower Mississippi River. The facility must be capable of producing a minimum of 50,000 ACM squares annually, with scalability to 150,000 squares through multiple shifts, while ensuring year-round operations that are independent of weather conditions. This initiative is critical as the ACM squares play a vital role in maintaining channel stability, and the project aims to modernize the casting process, enhance efficiency, and uphold stringent quality standards, including a compressive design strength of 3,000 psi. Interested firms must submit a capabilities package detailing their relevant experience and execution strategy by 12:00 PM CST on October 22, 2024, to Kirk A. Middleton at kirk.a.middleton@usace.army.mil, with no reimbursement for costs incurred in response to this announcement.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified small business firms for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant in Washington. The project involves the complete design and construction of new crane structures, including the removal and disposal of existing cranes, installation of mechanical and electrical components, and ensuring compliance with safety regulations throughout the process. This initiative is part of the government's commitment to modernizing infrastructure and enhancing operational efficiency at critical facilities. Interested parties must submit their responses by email to Contract Specialist Stacey Hall at shall@usbr.gov by close of business on November 4, 2024, with an estimated project value between $10 million and $20 million.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2023 {OM23005)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about 18 February 2023, and the bid opening date will be established in a future amendment. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Military Sealift Command GE Services Source Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify potential contractors for engineering services related to General Electric Power Conversion machinery on MSC vessels. The primary objective is to assess the technical and financial capabilities of vendors to provide maintenance and support for propulsion and electrical generation systems, which are critical for the operational readiness of the fleet. Key tasks for the selected contractor will include program management, technical support, engineering services, supply support for parts, and training, with a focus on evaluating machinery control systems and ensuring cybersecurity measures are in place. Interested vendors must submit their capability statements by October 31, 2024, and should contact Shelby Probert or Kourtney Brooks for further information regarding this sources sought notice.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2023 {OM23006)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for work in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about 18 February 2023, and interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2023 {OM23003)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for the procurement of a self-propelled trailing suction type hopper dredge. The dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.Sam.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.