W519TC-25-Q-STOK Rigging, Crane and Material Handling Support to Relocate Stoke Press
ID: W519TC-25-Q-STOKType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting quotes for rigging, crane, and material handling support to relocate a Stokes Press at the Crane Army Ammunition Activity in Indiana. The contractor will be responsible for providing all necessary labor, tools, and materials to complete the relocation by June 12, 2025, while ensuring compliance with OSHA standards and other regulatory requirements. This procurement is critical for maintaining operational efficiency at the facility, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested offerors must submit their proposals by May 8, 2025, and are required to attend a mandatory site visit on April 22, 2025, to ensure they understand the project requirements. For further inquiries, potential bidders can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

Files
Title
Posted
The Performance Work Statement outlines the requirement for a contractor to provide rigging, crane, and material handling support for the relocation of an 8,000-pound Stokes press at the Crane Army Ammunition Activity by 12 June 2025. The contractor must supply all necessary labor, tools, and materials, ensuring all work meets OSHA standards. A site visit for bidders is mandatory to assess the unique operational challenges. The contractor has 10 business days from contract award to start and is allotted 2 days for task completion. Safety measures, including OSHA compliance and mandatory training for worker access to Army installations, are emphasized. Additionally, an Environmental Management plan must be adhered to, covering hazardous waste and materials management. Performance objectives require full compliance with contract specifications, ensuring accountability via detailed reporting of all services rendered. The document serves as a detailed guide for contractors responding to government RFPs, emphasizing safety, regulatory compliance, and efficiency in project execution.
Apr 8, 2025, 9:06 PM UTC
The document outlines a government solicitation for construction rigging support related to the relocation of the Stokes Press at the Crane Army Ammunition Activity. The Request for Proposal (RFP) specifies a firm-fixed-price (FFP) arrangement for a single line item (CLIN #0001) involving rigging services for Building 104, with a deadline for completion set for June 12, 2025. The document details the contractor's obligations to deliver the required services within the specified timeframe without additional pricing variances. It highlights the necessary administrative elements and pricing structure but omits specific monetary figures, signifying that the contractors are to fill in that information as part of their proposals. This solicitation reflects the government's structured process for acquiring construction services through competitive bidding, ensuring compliance with federal standards while addressing specific logistical needs associated with military operations. Overall, it serves as a formal invitation for qualified contractors to showcase their capability in executing the outlined tasks effectively.
Apr 8, 2025, 9:06 PM UTC
The document outlines the representation requirements for Offerors regarding the provision of covered telecommunications equipment or services in federal contracts. Specifically, it mandates that Offerors must confirm whether they provide or utilize covered telecommunications in line with restrictions set by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The prohibitions outlined in sections 889(a)(1)(A) and 889(a)(1)(B) prevent agencies from procuring services or equipment that significantly use covered telecommunications equipment or services starting from specified dates. Additional provisions detail the necessary procedures for Offerors, including an obligation to check the System for Award Management for excluded parties. Offerors must provide disclosures regarding any covered equipment or services they offer, including identities of manufacturers and descriptions of the equipment. This representation is critical in maintaining the integrity of government contracts by ensuring that telecommunications technologies utilized do not compromise security. The document serves as an essential guideline for compliance within federal RFPs and grants, ensuring transparency and adherence to established legal standards regarding telecommunications services.
Apr 8, 2025, 9:06 PM UTC
The document provides a comprehensive outline for Offeror Representations and Certifications related to federal contracts, specifically focusing on compliance with various small business and ethical standards. It defines key terms such as "small business," "economically disadvantaged women-owned small business," and "service-disabled veteran-owned small business," outlining the qualifications needed for entities to be classified under these categories. The text specifies the conditions under which offerors must represent their business status, including certifications regarding telecommunications equipment, compliance with labor regulations, and adherence to child labor laws. It details the requirements concerning ownership structures, tax compliance, and previous contract history, illustrating the federal government’s commitment to transparency and responsible contracting. The document serves as a critical guideline to ensure that potential contractors meet necessary legal and ethical standards before engaging in federal contracts. Adherence to these representations is crucial for maintaining integrity, protecting disadvantaged groups, and ensuring the efficient use of taxpayer funds in public procurement.
The Crane Army Ammunition Activity has issued a solicitation for the rigging relocation of the Stoke Press, identified by Solicitation Number W519TC-25-Q-STOK. This document outlines several terms and conditions pertinent to potential offerors, including clauses related to the System for Award Management, contracting prohibitions with specific entities, and compliance with labor standards and regulations. Key sections address requirements for small business participation, representation regarding telecommunications equipment, and payment procedures. The document emphasizes the importance of cybersecurity compliance and the safeguarding of government information throughout the contracting process. Offerors are advised about the significance of adhering to these directives to ensure eligibility and successful contract awards. The solicitation reflects standard practices in government requests for proposals, aiming to promote transparency, security, and fair labor practices within federal contracting frameworks.
Apr 8, 2025, 9:06 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
**Amendment 0001** Cagles Mill Lake Replace Bridge Crane and Trolley
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the Control Tower Bridge Crane and Trolley at Cagles Mill Lake in Poland, Indiana. The project requires the contractor to remove the existing crane and install a new 6-ton electric chain hoist, ensuring compliance with safety standards and operational requirements within a performance period of 180 days from the notice to proceed. This procurement is set aside for small businesses, with an estimated construction cost between $25,000 and $100,000, emphasizing the importance of engaging small contractors in federal projects. Interested parties must submit their quotes electronically by April 28, 2025, and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.
Liebherr Crane Block
Buyer not available
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 designated as a total small business set-aside, and the associated NAICS code is 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The crane block is essential for various operations within the Army Corps, highlighting its importance in supporting military logistics and infrastructure. Interested vendors must submit their quotations via email to Tommye Sepulveda by April 23, 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.
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.
Set of Lifting Columns
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for a firm-fixed-price contract for a set of lifting columns. This procurement aims to acquire specialized equipment as outlined in the specifications document RIPD-25-3-23, which is crucial for supporting military operations. The deadline for proposal submissions has been extended to April 25, 2025, at 1:00 PM CST, with delivery of the lifting columns required by November 7, 2025. Interested contractors should contact Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil for further details and must comply with various federal regulations and security protocols during the bidding process.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Machine Rigging for MR002, at the Watervliet Arsenal, Watervliet NY
Buyer not available
The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking a contractor for machine rigging services at its facility in Watervliet, New York. The contractor will be responsible for the removal and relocation of machinery within the arsenal, including the provision of necessary materials and tools, ensuring safety measures, and managing waste disposal, as outlined in the Statement of Work. This project is significant for maintaining operational efficiency and safety within the manufacturing buildings, with an estimated contract value between $250,000 and $500,000. Interested HUBZone small business concerns must ensure their System for Award Management (SAM) registration is active and are encouraged to contact Christopher Battiste at christopher.k.battiste.civ@army.mil or 518-266-4607 for further details, with the solicitation expected to be issued electronically on May 1, 2025.
Hoist Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 5-ton hoist replacement at Barksdale Air Force Base in Louisiana. The procurement involves the removal of the existing hoist, installation of a new unit, and disposal of the old equipment, adhering to safety and compliance standards set by OSHA and ASME. This hoist is critical for operational efficiency within the Aerospace Ground Equipment Facility, ensuring that the facility maintains modern and compliant equipment. Interested vendors must submit their quotes by May 1, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP required. For further inquiries, contact SrA Courtney A. Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.
Crash Recovery Crane BPA
Buyer not available
The Department of Defense, specifically the 162d Wing of the Arizona Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for Crash Recovery Crane Services under solicitation number W50S6S25Q0011. The procurement aims to secure crane services capable of lifting a minimum of 40,000 pounds at a 35-foot radius, with a qualified operator available 24/7 to respond to incidents within a one-hour mobilization time frame. This service is critical for the recovery of disabled aircraft, ensuring operational readiness and compliance with safety regulations. Interested small businesses must submit a completed Price List and a capabilities statement by the specified deadline, with inquiries directed to the primary contact at 162MSC.162MSC.Contracting@us.af.mil. The solicitation is set aside exclusively for small businesses under NAICS code 238990, with a proposal submission deadline of April 18, 2025, by 5:00 PM AZ time.
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.