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
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking qualified contractors to perform diagnostics and repairs on a TEREX DEMAG AC200-1 mobile crane at the Sierra Army Depot in Herlong, California. The procurement includes a Firm-Fixed Price Contract Line Item for diagnostics and optional Time and Materials pricing for additional repairs, with a focus on restoring the crane to operational standards while ensuring compliance with federal regulations. This opportunity is set aside for small businesses, with a total business size standard of $12,500,000 under NAICS code 811310, and proposals are due by 10:00 AM on April 7, 2025. Interested parties should contact Justin Lyu at justin.y.lyu.civ@army.mil or Jason Huth at jason.c.huth.civ@army.mil for further details.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
The document serves as an addendum to the evaluation criteria for government contracts, particularly emphasizing the selection process for commercial products and services. It outlines that the Government will award a contract based on the offer that is most advantageous, primarily focusing on price. Vendors are instructed to provide their best pricing in their quotes, which will be evaluated by summing all Contract Line Items (CLINs) including a specified labor line item. The evaluation may disregard unbalanced or unrealistic pricing strategies, such as frontloading. It is important to note that while the evaluated price will differ from the award price due to the Time and Materials (T&M) contract type, the assessment of option pricing does not obligate the Government to exercise those options. This outline underscores the Government's intent to ensure fair and realistic pricing in the procurement process while maintaining the utmost value for the taxpayer.
Jan 21, 2025, 8:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
The document addresses the mobile crane inspection and repair RFP (W912GY-25-Q-0011), providing clarification to contractors regarding specific operational details and responsibilities. The Government will supply test weights for load testing, requiring a two-week advance notice for their use. The crane is operational but has hydraulic issues, including fluid leakage. Additionally, the configuration of the jib and counterweights was discussed, with counterweights located at the crane's rear. The load capacity of the crane is confirmed at 250 tons, with varying capacities based on counterweight configurations. This information is essential for contractors preparing bids and planning the necessary tests and inspections to ensure compliance and safety in operations. The overall purpose serves to facilitate contractor understanding and participation in the RFP process for mobile crane maintenance.
Mar 20, 2025, 5:06 PM UTC
The document outlines the requirements and responses related to the RFP W912GY-25-Q-0011 for Mobile Crane Inspection and Repair. It notes that the government will provide test weights for load testing, contingent upon a two-week notice for scheduling. Additionally, it addresses inquiries about the crane’s operational status, confirming it runs but has hydraulic issues, particularly concerning fluid leakage. This Q&A format allows potential contractors to clarify key aspects of the contract and prepares them for necessary equipment and repair considerations. The document serves as an essential resource for bidders, ensuring they understand government provisions and the crane's condition before submitting proposals for the inspection and repair contract.
Apr 1, 2025, 2:04 PM UTC
The document outlines responses to questions regarding the Mobile Crane Inspection and Repair under solicitation W912GY-25-Q-0011, last updated on March 20, 2025. It confirms that the Government will provide test weights necessary for load testing, requiring a two-week notice for their use. The mobile crane, currently operational, has known issues with its hydraulics, particularly hydraulic fluid leakage. Additionally, the document describes the crane's configuration, noting the jib as an extension and specifying that counterweights are located at the upper rear part of the crane. Overall, the responses indicate essential logistical details for contractors preparing to service the crane while highlighting existing mechanical concerns and equipment requirements. This information is crucial for ensuring compliance and proper execution of maintenance or inspection services as outlined in government procurement processes.
Apr 1, 2025, 10:04 PM UTC
The document outlines Solicitation W912GY25Q0011 for a contract related to the diagnostics and repair of a Terex Model AC200-1 mobile crane. The offer is due by 10:00 AM on April 7, 2025, with a strong emphasis on compliance with federal acquisition regulations and procurement guidelines. The acquisition is set aside for small businesses, encouraging participation from service-disabled veteran-owned and women-owned small businesses, with the NAICS code specified as 811310, indicating a size standard of $12,500,000. The solicitation details the services requested, including a firm-fixed-price (FFP) component for diagnostics and optional time-and-material (T&M) pricing for labor and materials. Specific performance requirements outline that the services must be carried out at the Sierra Army Depot, with delivery dates ranging from May 5 to July 31, 2025. The solicitation includes clauses that address various legal and performance standards, such as compliance with federal regulations pertaining to labor standards, environmental management, and subcontracting rules. The primary focus of the document is to solicit proposals for specific repair services while ensuring participation from qualified small business contractors, particularly those highlighting diversity and adhering to U.S. regulations.
Mar 25, 2025, 1:06 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
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.
Apr 1, 2025, 10:04 PM UTC
The document is an amendment to a solicitation for the Sierra Army Depot, modifying several key aspects of the contract. The primary changes include an extension of the solicitation closing date to April 7, 2025, updates to existing attachments, and the addition of a new attachment related to representations and certifications. Significant modifications also involve altering the contract types for two line items from Firm Fixed Price (FFP) to Time and Materials (T&M), with an introduction of a cost constraint not to exceed (NTE). Further changes to delivery schedules have been implemented as well. The amendment introduces updates to clauses in line with recent regulations and defines expectations for participating offers, especially concerning small business classifications and compliance with federal standards. This document reflects the government's efforts to ensure clarity and fair competition in contracting while adhering to governmental regulations and procurement standards.
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
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
Buyer not available
The Department of Defense is soliciting proposals for maintenance and repairs of the Mobile Crane Fleet at the Army Test Center (ATC) located in Aberdeen Proving Ground, Maryland. The contract, which is a Total Small Business Set-Aside, encompasses scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a performance period consisting of one base year and three optional years. This procurement is critical for ensuring the operational readiness and safety of heavy equipment used in military and commercial test operations. Interested contractors must submit their proposals by April 28, 2025, and direct any inquiries to the Contract Specialist, Ike Wright, at ike.a.wright2.civ@army.mil.
1ABCT Heavy Crane Lease
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the lease of a heavy crane to support military operations at Fort Riley, Kansas. The contractor will be responsible for providing a crane capable of hoisting an M1A2 Abrams tank (73.59 tons) off rail cars and onto the ground, along with operators and a rigging team, from May 7 to May 10, 2025. This procurement is critical for military logistics, as it addresses the government's need for specialized equipment to handle heavy military vehicles and ensure efficient operations at the Camp Funston Rail Yard. Interested parties should note that the total contract value is capped at $40 million, and questions regarding the solicitation must be submitted by April 29, 2025, to the primary contact, Joni N. Wardosky, at joni.n.wardosky.civ@army.mil.
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.
Liebherr Crane Block
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of a Liebherr crane block under solicitation number W912EQ25QA006. This requirement is a total small business set-aside, aimed at acquiring essential supplies and services for military operations, with the associated NAICS code being 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Interested vendors must submit their quotations via email to Tommye Sepulveda by the extended deadline of April 28, 2025, at 10:00 AM CST, and should account for any fees related to payment via Government credit card. For further inquiries, vendors can contact Kirk Middleton or Tommye Sepulveda directly via their provided email addresses or phone numbers.
Crane Maintenance and Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide crane maintenance and repair services at Naval Station Norfolk, Virginia, and other areas of responsibility. This Sources Sought Notice aims to gather information on the capabilities of small businesses, including Small Disadvantaged, Women Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, to perform a proposed Indefinite Delivery, Indefinite Quantity (IDIQ) contract for crane and equipment repair services. The anticipated contract term will not exceed 66 months, and interested parties are encouraged to submit a capabilities package by 2:00 PM EST on May 5, 2025, to Sheena Lassiter at sheena.l.lassiter.civ@us.navy.mil, detailing their relevant experience and qualifications.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
Crane Inspection and Repairs (Service)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide crane inspection and repair services for three National Crane 1400C booms at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all management, tools, supplies, equipment, and labor necessary to perform inspections and maintenance in accordance with federal regulations and Air Force Technical Orders, ensuring operational readiness and compliance with safety standards. This procurement is critical for maintaining the functionality of essential machinery used in various government operations, with a firm fixed-price contract expected to be awarded based on the lowest price technically acceptable offers. Interested parties must submit their quotes by May 7, 2025, and direct any questions to Mauranda Racer or Donna Doss via email.
FRCSW C2 and C3 Hoist Inspection and Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to provide inspection, repair, and upgrade services for overhead electric traveling hoists, specifically for the C2 and C3 systems at Fleet Readiness Center Southwest (FRCSW) in North Island. The procurement includes the replacement and repair of hoists, associated hangers, runway rails, and electrical control systems, which are critical for maintaining operational efficiency and safety in military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Brandi Firestien at brandi.firestien@navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders should prepare their proposals accordingly.
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 Sacramento District, is seeking contractors for the design-bid-build construction of improvements, repairs, and a fencing canopy at the Defense Logistics Agency (DLA) Sierra Army Depot in Herlong, California. The project entails extensive renovations of existing pre-engineered metal buildings, including the replacement of windows, doors, plumbing, mechanical, electrical, fire alarm, and communication systems, as well as site improvements such as a new truck scale and expanded concrete demilitarization pad. The anticipated contract, valued between $10 million and $25 million, is expected to be awarded by July 2025, with a solicitation set to be released around mid-May 2025. Interested contractors should contact Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or call 916-557-7621 for further details.
CRANE TROLLEY MODIFICATION
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Watervliet, New York, is preparing to solicit bids for the modification of a crane trolley as part of a presolicitation notice. This procurement involves the labor, equipment, and materials necessary to replace the existing 30/10 ton trolley and hoists on crane B419 with a new 20 ton trolley in the chrome high bay area of the Watervliet Arsenal. The successful contractor will play a crucial role in maintaining the operational efficiency of the facility's material handling equipment. Interested parties must ensure their System for Award Management (SAM) registration is active and monitor the SAM website for the solicitation release and any amendments, as hard copies will not be provided. For further inquiries, potential bidders can contact Maria DeCrescenzo at maria.d.decrescenzo.civ@army.mil or Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil.