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
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    17--CRANE ASSY,MAINTENA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    JIB Crane for Bldg 147
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of a JIB Crane for Building 147. This contract is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The JIB Crane is essential for various operational tasks within the facility, ensuring efficient material handling and support for ongoing projects. Interested vendors can reach out to Zena Johnson at zena.s.johnson.civ@army.mil or call 1-520-669-6059 for further details regarding the solicitation process.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    Repair/Replace Overhead Cranes on Fort Drum
    Dept Of Defense
    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.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.