Notice of Intent to Sole Source to Ferguson Industrial Company
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST MEMPHISMEMPHIS, TN, 38103-1894, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, intends to award a sole source contract to Ferguson Industrial Company for the rebuilding of a crane cylinder for the MV Grugett. This procurement is classified under the NAICS code 811310 and is set aside for small businesses, with a size standard of $12.5 million. The services are critical for maintaining operational capabilities of marine equipment, ensuring the reliability and functionality of the crane used in the district's operations. Interested firms must submit their capability documentation to Contract Specialist Alexandria Duckett via email by 10:00 a.m. Central Time on December 30, 2025, as this notice is for informational purposes only and does not constitute a request for competitive quotes.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of hoist cylinders, classified under the NAICS code 332991 for Ball and Roller Bearing Manufacturing. The contract encompasses the manufacturing requirements and quality standards for these items, which are critical for operational support in naval applications. Interested suppliers must comply with specific government source approval processes and provide necessary documentation as outlined in the solicitation, with a focus on quality assurance and compliance with military standards. For further inquiries, potential bidders can contact Vladimir Maksimchuk at 215-697-3533 or via email at VLADIMIR.MAKSIMCHUK@NAVY.MIL.
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of hoist cylinders. This contract involves the manufacture and supply of hoist cylinders, which are critical components used in various naval applications, ensuring operational efficiency and safety. The solicitation is open until December 31, 2025, and interested vendors must comply with specific quality assurance and inspection requirements, including adherence to military standards and regulations. For further inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS711.CIV@US.NAVY.MIL.
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Gantry Crane
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Inspection of a Radial Thrust Bearing Assembly
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the inspection and repair of a radial thrust bearing assembly on a VOSTA HPD 550-1350-280 dredge pump. The procurement involves a two-phase process: the first phase focuses on a comprehensive inspection and reporting of the assembly's condition, while the second phase entails repair or replacement of components, contingent upon government approval, using OEM-certified parts. This opportunity is critical for maintaining the operational integrity of essential dredging equipment, ensuring compliance with industry standards and minimizing downtime. Interested contractors must submit their quotes electronically by December 30, 2025, with all work to be completed by March 15, 2026. For further inquiries, contact Benjamin Knutson at benjamin.t.knutson@usace.army.mil or 651-290-5418.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.