Mobile Crane Inspection and Repair
ID: W912GY-25-Q-0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for mobile crane inspection and repair services at the Sierra Army Depot in Herlong, California. The contract requires comprehensive diagnostics and repairs for a Terex Model AC200-1 mobile crane, emphasizing the need for qualified contractors to provide labor, materials, and compliance with industry standards. This procurement is crucial for maintaining military infrastructure and ensuring operational readiness, with a total small business set-aside to encourage participation from small and veteran-owned businesses. Proposals must be submitted by 10:00 AM on March 31, 2025, and interested parties can contact Justin Lyu at justin.y.lyu.civ@army.mil or Tracy Worrell at tracy.e.worrell.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the cost structure for a contractor's proposal in response to a government Request for Proposals (RFP). It includes sections detailing labor costs, travel expenses, and a standard discount percentage applicable to the service rates. Specifically, the contractor provides hourly rates for labor and per-mile charges for travel, though the travel fees are marked as not applicable in this context. The estimated hours for labor and the resultant extended labor costs are yet to be filled out, indicating the proposal is in the preliminary stages of calculation. This framework is common in federal and state grant applications and RFPs, emphasizing transparency in budgeting while allowing for comparative analysis amongst bidders. The format suggests a focus on detailed cost estimation, which is essential for secure funding and project planning within government frameworks.
    This document provides instructions for offerors participating in a federal solicitation. Offers must be submitted via email to the designated army address and must include a signed SF 1449 form along with any amendments (SF30), a completed price schedule for all Contract Line Item Numbers (CLINs), and the highlighted sections of the Attachment 1: Labor Rate and Parts Discount Sheet. It is crucial that quotes remain valid for at least 60 days from the solicitation closing date. The document advises that any questions from offerors regarding the solicitation should be submitted in writing no later than 7 days prior to the closing date, as inquiries received after this period may not be addressed. The overall emphasis is on ensuring completeness and compliance in the submission process to optimize evaluation and selection for the contract awarded by the Army.
    The Performance Work Statement (PWS) outlines a government contract for non-personal diagnostic services and repairs of a X510 240-Ton mobile crane, TEREX model AC200-1. The contractor is responsible for providing all necessary personnel, tools, and materials except where government-furnished items are specified. The primary objectives include conducting thorough diagnostics of various systems (electrical, hydraulic, and mechanical), submitting a written estimate for repairs, and executing those repairs to restore the crane to operational standards. The contract will commence within 30 days post-award, with an emphasis on maintaining quality standards throughout the process. The contractor must ensure compliance with government regulations and environmental laws, and experienced personnel with specific certifications are required for work. The work will occur at Sierra Army Depot in California, and the contract type includes a Firm Fixed Price for diagnostics and Time & Materials for potential repairs. The document specifies performance requirements and timelines for deliverables, including repair estimates and certification of compliance with industry standards. Overall, this PWS emphasizes the government's commitment to maintaining its equipment through structured, accountable service provision.
    The document is a DD Form 1423, part of federal contract data requirement procedures, specifically for the contract W912GY-25-Q-0011 with a focus on the Motor Pool. It involves the submission of two critical data items: a Repair Estimate (Data Item A001) and a Certificate of Certification (Data Item A002). For the Repair Estimate, the contractor must provide a written estimate of necessary repairs within four business days following diagnostic inspections, as set forth in the Performance Work Statement referenced in paragraph 5.2. In contrast, the Certificate of Certification requires the contractor to certify the mobile crane to industry standards and submit a certificate within five business days after testing and certification, aligned with PWS paragraph 5.3.3. Both items necessitate distribution to the Contracting Officer Representative (COR) and the Contracting Officer (KO), indicating a structured communication approach. The anticipated compliance with industry standards and prompt responses highlights the government’s emphasis on accountability and quality assurance in contract execution. Overall, the document outlines specific requirements for contractor performance under a government contract, ensuring standards are met in repair work within the Motor Pool context.
    The document details the procedures and requirements mandated by the Army Contracting Command - Sierra Army Depot for electronic bidding and contracting. It outlines essential steps for vendors concerning the submission of bids and proposals electronically via the System for Award Management (SAM) platform, emphasizing the importance of adhering to closing dates and technical specifications. Additionally, it stipulates compliance with applicable security measures during operations, including background checks for contractor personnel, access protocols to the depot, and specific insurance coverage requirements. Vendors must submit electronic bids in approved formats, ensuring all submissions are virus-free to avoid being deemed unreadable. The document further describes contractor responsibilities during heightened security threat levels and compliance with health and safety standards regarding packaging materials. This document serves as a critical guide for contractors seeking to engage with the Army, ensuring they meet all requirements while emphasizing security protocols and submission standards, aligning with broader government contracting practices. It aims to streamline the proposal process and ensure compliance with federal regulations, thereby facilitating efficient service delivery and contractor preparedness.
    The document is a Wage Determination issued by the U.S. Department of Labor, outlining minimum wage rates and employment standards for contracts under the Service Contract Act (SCA) as of December 23, 2024. It specifies compliance with Executive Orders 14026 and 13658, which set minimum wage thresholds based on contract award dates. If contracts start after January 30, 2022, workers must earn at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The detailed wage rates for various occupations include administrative, automotive, food service, and health occupations, among others, with corresponding fringe benefits. Additionally, it notes the requirement for paid sick leave as per Executive Order 13706 and mandates other benefits like vacation and holidays. The document also outlines procedures for classifying unlisted job positions and ensuring compliance with established wage rates to protect workers under government contracts. This Wage Determination serves as a critical reference for federal contracts, grants, and state/local RFPs to ensure fair compensation for workers in covered roles.
    The Army Contract Writing System (ACWS) Transition Information for Offerors outlines the changes implemented as the Army transitions to a new contract writing software. Offerors must be aware that during this period, multiple contract writing systems may be used concurrently, potentially leading to discrepancies in solicitation documents. It’s essential for Offerors to carefully review all submission instructions and modifications to documents, as formats may differ from previous ones. Despite the software change, the government aims to maintain existing solicitation terms without unintended alterations. If any discrepancies affecting eligibility arise, Offerors should promptly notify the Contracting Officer. In case of system disruptions, alternative mechanisms may be used to facilitate contract execution, ensuring legal protection for all parties involved. The document emphasizes the need for diligence and communication between Offerors and the contracting office throughout the transition, ensuring compliance and clarity during the solicitation and award process. This guidance is crucial for maintaining operational effectiveness and safeguarding the interests of Offerors within the evolving contract framework.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract to provide diagnostic and repair services for a TEREX mobile crane at the Sierra Army Depot in California. The contractor is responsible for conducting inspections on the crane’s electrical, hydraulic, and mechanical systems, and is required to submit a written repair estimate within four business days post-diagnosis. Following approval, necessary repairs must commence promptly, with a completion goal that aligns with the manufacturer’s specifications. The contractor must use certified technicians and ensure compliance with various safety standards and requirements. Specific deliverables include repairing the crane and providing certification that meets industry standards within five days of testing completion. All services must be performed according to outlined regulations, and maintenance responsibilities include adhering to environmental laws and ensuring safety in operations. The document serves as a clear solicitation of services related to heavy equipment maintenance, helping the government effectively procure necessary services in ensuring operational readiness of critical equipment.
    The document outlines a U.S. federal solicitation (W912GY25Q0011) for commercial services, specifically for diagnostics and repairs for a Terex Model AC200-1 mobile crane. The contract emphasizes a firm fixed price (FFP) structure, with a focus on small and veteran-owned businesses. The proposal must be submitted by 10:00 AM on March 31, 2025. It specifies the requirement for labor, travel costs, and parts to be negotiated prior to contract execution. Key clauses reference regulations regarding small business considerations, Buy American provisions, and compliance safeguards involving telecommunications and environmental standards. The government affirms its intention to award a contract based on the best value for proposed options, specifically evaluating prices for diagnostics and labor. Inspection and acceptance terms detail that all supplies/services will be verified at the destination, emphasizing compliance with federal standards. This solicitation serves as an important procurement effort aimed at maintaining critical military infrastructure while promoting engagement with small and disadvantaged business entities.
    The document is an amendment to a solicitation issued by the Sierra Army Depot, altering the solicitation issue date from February 26, 2025, to February 27, 2025. The amendment confirms that all other terms and conditions of the referenced documents remain unchanged and in full effect. It outlines the process for contractors to acknowledge receipt of the amendment, which must occur before the specified deadline to avoid rejection of their offers. The document emphasizes the importance of timely acknowledgments and provides instructions for contractors regarding changes to previously submitted offers. The amendment is administratively significant, ensuring clarity and compliance within the framework of federal procurement processes. This reflects the government's ongoing commitment to transparency and accuracy in contract management.
    The Demag AC200-1 All Terrain Crane is a robust 200-ton lifting capacity crane designed for versatility and efficiency in various lifting applications. Key features include a self-rigging system with a total length of 85 meters, extendable to 100 meters with an optional jib, making it the most compact 5-axle crane in its class over 120 tons. It offers four different carrier configurations, ensuring adaptability to different operational needs, and the compact footprint allows for efficient use in confined workspaces. The specifications of the crane detail its various configurations and counterweight options that enhance its performance. The document includes detailed duty charts, equipment configurations, and safety measures essential for compliance and operational success. The presentation of this crane aligns with the requirements of federal RFPs and grants, showcasing its capabilities for government use in infrastructure projects. This summary emphasizes the crane's innovative design, operational flexibility, and safety features, underscoring its suitability for governmental contracts requiring high-performance machinery for complex lifting tasks.
    The document presents specifications and highlights for the Demag AC200-1 All-Terrain Crane, designed for high-performance lifting with a capacity of 200 tonnes. Key features include a self-rigging system offering a total system length of 85 m, extendable to 100 m with a swing-away jib. It is noted as the most compact and agile 5-axle crane in its class, making it suitable for constrained workspaces, with the smallest outrigger base and tail radius available. The crane offers four different carrier options and includes extensive details on specifications, equipment, duty charts, and counterweights. This technical documentation is crucial for potential buyers and contractors participating in government RFPs and grants, as it outlines the crane's capabilities, ensuring compliance with safety and performance standards. The detailed charts and configurations support decision-making for large-scale construction and infrastructure projects, highlighting the crane's adaptability to various job site requirements. Additionally, the emphasis on compactness suggests its suitability for urban environments where space is limited, demonstrating its utility in state and local government projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Solicitation - Mobile Maintenance Cranes
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of mobile maintenance cranes to be utilized at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement requires cranes capable of lifting 5,000 lbs to a height of 10 feet, featuring ride-on capabilities, compatibility with both electrical and diesel power, and essential safety features such as an automatic winch brake and emergency stop button. This equipment is critical for ensuring operational efficiency and safety standards in federal maintenance operations. Interested small businesses must submit their quotes by March 5, 2025, and can reach out to Joshua Miao at joshua.miao.1@us.af.mil or 520-228-3038 for further information.
    Tobyhanna Army Depot Radome Crane Service and Operator
    Buyer not available
    The Department of Defense is soliciting proposals for crane services and operators at the Tobyhanna Army Depot in Pennsylvania, specifically for the installation of a radome for the Large Fixed Antenna. The contractor will be responsible for providing a certified crane capable of hoisting a 9,000-pound radome cap to a height of 50 feet, with operations scheduled between April 1 and May 1, 2025. This procurement emphasizes compliance with federal regulations, safety protocols, and quality assurance measures, reflecting the critical nature of the services in supporting military operations. Interested parties should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details and to ensure their proposals align with the outlined requirements.
    ARVA AT3035 Crane Repair (Labor and Parts)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of ARVA AT3035 cranes, which includes both labor and parts. This procurement aims to ensure the operational readiness and maintenance of specialized industry machinery, as outlined under the NAICS code 811310 for Commercial and Industrial Machinery and Equipment Repair and Maintenance. The successful contractor will play a critical role in maintaining the functionality of essential equipment used by the Air Force. Interested parties should reach out to Timeaki McPhee at timeaki.mcphee@us.af.mil or call 605-385-1721 for further details regarding this sources sought notice.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the main lift cylinder on a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of military equipment, with a performance period not exceeding 60 days from the contract award. Interested small businesses must submit their quotes by March 6, 2025, and can direct inquiries to Patrick Thomas at patrick.thomas.30@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil.
    Construction Machine Equipment Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of construction machine equipment at the Herlong facility in California. This presolicitation opportunity focuses on general automotive repair services, particularly for ground effect vehicles, motor vehicles, trailers, and cycles, under the NAICS code 811111 and PSC code J023. The services are critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested parties can reach out to Heidi Young at heidi.m.young.civ@army.mil or call 530-827-4565, or contact Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil or 530-827-4776 for further details.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide crane inspection services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive inspection, maintenance, and operational testing of National Crane 1400C booms, ensuring compliance with federal, state, and local regulations, as well as Air Force technical orders. This contract is critical for maintaining equipment safety and operational readiness, with a total funding ceiling of $870,000 for the IDIQ contract. Interested vendors should direct inquiries to Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil, and proposals must be submitted within the specified timelines outlined in the solicitation documents.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the USACE SPK DBB Construction project, which involves improvements, repairs, and the installation of a fencing canopy at the Sierra Army Depot in Herlong, California. The procurement aims to enhance the infrastructure and security of the depot, which plays a critical role in supporting military operations. Interested contractors should note that the opportunity falls under the NAICS code 236220, focusing on commercial and institutional building construction, with a primary contact for inquiries being Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or by phone at 916-557-7621. This is a Sources Sought notice, and further details regarding deadlines and funding amounts will be provided as the procurement process progresses.
    Crane Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking sources for crane support services through a Sources Sought notice. This procurement aims to identify qualified small businesses capable of providing rental and leasing services for materials handling equipment, specifically cranes, to support operations in Blackstone, Virginia. The services are crucial for ensuring efficient material handling and operational readiness within military facilities. Interested small businesses are encouraged to reach out to Joseph Stewart at joseph.d.stewart.mil@usmc.mil or Lucas Elliott at lucas.elliott@usmc.mil for further information regarding this opportunity.
    Skyjack Lift, Travis AFB
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure a Skyjack SJ3219 Electric Scissor Lift. This procurement is fully set aside for small businesses under the NAICS code 333924, emphasizing the importance of technical capability and pricing in the evaluation process. The Skyjack Lift is essential for various operational tasks within the Air Force, ensuring efficiency and safety in material handling. Interested vendors must submit their proposals by March 7, 2025, and are encouraged to contact SrA Estrada Dighiera or Ms. Maekyla Rosendo for further guidance on submission requirements and compliance with federal regulations.
    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.