Refurbish T58 Hoists
ID: N32253-24-Q-0066Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), seeks a qualified vendor to refurbish specialized hoists for a mobile crane located at their facility in Hawaii. The main and auxiliary hoists, part of a GMK 6200-9022 mobile crane, require meticulous attention to bring them up to Original Equipment Manufacturer (OEM) specifications.

    The scope of work involves disassembling, inspecting, and replacing parts as needed, ensuring adherence to strict OEM standards. The facility emphasizes the need for certified technicians to perform the refurbishment, emphasizing the specialized nature of the task. All work must conform to the Performance Work Statement. The successful awardee will be required to deliver the refurbished hoists to the PHNSY&IMF within a 30-day period and provide a Manitowoc Equipment Repair/Rework Completion Report promptly after completion.

    Eligible applicants for this unrestricted full and open opportunity should be registered on the System for Award Management database. The solicitation period, recently extended, concludes on August 9, 2024, indicating a sense of urgency for interested parties. The evaluation of vendors will give priority to technical capability and focus on selecting the lowest priced technically acceptable offer.

    Interested vendors must submit a detailed technical proposal demonstrating their understanding of the task and approach to accomplishing it. The submission deadline, as extended, is firmly set for 8:00 a.m. HST on July 9, 2024. Quotations and offers must be sent via email to the primary and secondary points of contact, with strict adherence to the specified solicitation requirements.

    This opportunity emphasizes the need for a prompt response and a comprehensive understanding of the work required. The PHNSY&IMF maintains a strong focus on Operations Security (OPSEC), and the successful vendor will be expected to uphold stringent information protection protocols.

    For any clarifications or questions, interested parties can contact Aaron Miller and Evangeline Calaustro via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks to procure refurbished T58 hoists and associated spare parts. Two specific serialized items, labeled as Hoist Assembly T58, are required. These hoists have a 2HP 4.25 rating and are identified by their serial numbers 283 and 355. The request emphasizes the need for careful handling and refurbishment to ensure these hoists are brought up to required standards. Vendors will need to provide a comprehensive solution, including delivery and potential post-delivery support, although the exact contract type and value are not specified. The solicitation period ends on June 21, 2024, suggesting prompt action is required. It is unclear what additional factors, beyond the delivery of the refurbished hoists, will be considered when evaluating vendor proposals.
    The primary objective of this procurement is to secure a contractor for the refurbishment of main and auxiliary hoists for a GMK 6200-9022 mobile crane located at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). The contract seeks a Grove certified technician to disassemble and inspect the hoists, replacing all necessary parts according to Original Equipment Manufacturer (OEM) specifications. The contractor is required to complete the refurbishment within 30 days of receiving the hoists, using their maintenance facility, and later returning them to PHNSY&IMF. The PHNSY&IMF aims to receive refurbished hoists that adhere to OEM standards, with the work completed by a certified technician, ensuring safety and quality. The contract specifies the use of OEM authorized parts and requires the contractor to provide a Manitowoc Equipment Repair/Rework Completion Report within five days of finishing the project. The delivery schedule has been revised, extending the performance period. Offer submissions are now due on 9 August 2024. Interested parties must acknowledge the receipt of this amendment and are allowed to change their previous offers before the new deadline.
    The government seeks a contractor to refurbish the main and auxiliary hoists of a GMK 6200-9022 mobile crane. The work, requiring OEM-certified technicians, involves disassembling, inspecting, and replacing parts, ensuring OEM standards, and performing post-refurbishment checks. The contractor must provide all necessary resources and comply with safety protocols. This FFP contract specifies a 30-day refurbishment period, with delivery and inspection at the Pearl Harbor Naval Shipyard. Offerors must complete technical and pricing sections, demonstrating their capabilities and providing detailed price quotes. Critical dates include the 9 July 2024 offer due date. Evaluation criteria weigh technical capability and price reasonableness, favoring the lowest priced technically acceptable offeror.
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility seeks to implement robust Operations Security (OPSEC) measures for its operations. The focus is on safeguarding sensitive and critical information to prevent unauthorized access and potential exploitation by adversaries. The OPSEC plan mandates strict information protection protocols, particularly for Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII). This includes stringent guidelines for personal electronic devices, verbal discussions, and visual recordings within the facility. Contractors will be expected to adhere to these security measures to protect operation schedules, equipment capabilities, and critical infrastructure. The request for proposal outlines a comprehensive OPSEC policy that prospective vendors must commit to upholding, ensuring the security of the facility and its sensitive operations.
    Lifecycle
    Title
    Type
    Refurbish T58 Hoists
    Currently viewing
    Solicitation
    Similar Opportunities
    16--HOISTING UNIT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hoisting units, identified by part number 7RH 1680-01-679-9708. The procurement aims to increase the quantity of units from 37 to 79, requiring contractors to submit quotes that include firm-fixed or not-to-exceed pricing along with estimated repair costs. These hoisting units are critical components used in various military operations, necessitating adherence to strict quality control and inspection standards throughout the repair process. Interested contractors should direct inquiries to Alyssa Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil, with the expectation that all proposals will comply with the outlined requirements and standards.
    20--CYLINDER HOIST ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Cylinder Hoist Assembly. This procurement requires adherence to strict quality and inspection standards, including compliance with MIL-I-45208 and ISO 9001, ensuring that the supplied items meet the necessary specifications for use in military applications. The Cylinder Hoist Assembly is critical for operations involving submarines and surface ships, emphasizing the importance of quality and reliability in the materials used. Interested vendors should submit their proposals, including a signed copy of the RFP and a completed proposal adequacy checklist, via email to Taniesha Yeckley at TANIESHA.YECKLEY@NAVY.MIL, with the understanding that the pricing must remain valid for 90 days post-submission.
    FY24 PROCUREMENT OF A 130T MOBILE CRANE FOR NAVFAC FE, YOKOSUKA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking to procure a 130-ton mobile crane for its operations in Yokosuka, Japan. This procurement aims to enhance the capabilities of NAVFAC FE by providing essential equipment for various construction and maintenance tasks. The mobile crane is critical for lifting and moving heavy materials, thereby supporting the efficiency and effectiveness of naval facility operations. Interested vendors can reach out to Wencee Narvarte at wencee.p.narvarte.civ@us.navy.mil or call 07011894219 for further details regarding the solicitation process.
    AUXILLARY HOIST UNI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of an Auxiliary Hoist Unit through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture of the Auxiliary Hoist Unit, adhering to specific design and quality requirements, including compliance with military standards for inspection and packaging. This equipment is critical for various defense operations, ensuring the safe and efficient handling of heavy loads. Interested vendors should contact Marsha Williams at 717-605-2727 or via email at marsha.williams@navy.mil for further details, and must provide their quotes including unit price, total price, and procurement turnaround time as part of their submission.
    Mobile Gantry Crane
    Active
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the procurement of three mobile gantry cranes, each with a capacity of 10 tons. The cranes must meet specific technical specifications, including construction from steel, safety features, and compatibility with adjustable push trolleys, ensuring they fulfill operational requirements for various naval facilities. This procurement is part of the government's initiative to maintain high safety and quality standards in equipment acquisition, with a delivery deadline set for September 23, 2024. Interested small businesses must submit their quotes by 12:00 PM on September 12, 2024, and can direct inquiries to Candis Patterson at candis.r.patterson.civ@us.navy.mil or by phone at 757-396-8348.
    Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii
    Active
    Dept Of Defense
    The US Department of Defense, Department of the Navy, is seeking maintenance and repair services for vertical transportation equipment (VTE), primarily elevators, escalators, and handicapped lifts, at various locations across Oahu, Hawaii. The work involves ensuring the safe and functional operation of these systems. State-licensed elevator mechanics, certified by NEIEP or NAEC, are required to perform the work. The contract, with a base period of 12 months and four potential one-year extensions, aims to maintain and repair VTE to high safety standards. The contractor must respond swiftly to emergency service orders and adhere to AMSE standards for maintenance. Recurring and non-recurring work is included, ranging from trouble calls to unit-priced labor and material testing. This procurement, with an estimated value of over $1M for the base period, will be conducted through the DoD's Procurement Integrated Enterprise Environment (PIEE) platform. Vendors must register on PIEE to access the solicitation and submit proposals. The proposal includes a non-price section, focusing on corporate experience, safety, and past performance, and a price proposal. The PIEE Solicitation Module Vendor Access Instructions guide explains the registration process for vendors, ensuring they can access and respond to the solicitation efficiently. The guide details the steps for new and existing users to navigate the PIEE platform effectively. Interested parties should contact Julie Shimoda at julie.m.shimoda.civ@us.navy.mil or 808-474-9841 for further information.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    39--HOIST,WIRE ROPE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four wire rope hoists under solicitation number NSN 3950016454757. The requirement specifies delivery to DLA Distribution San Diego within 168 days after order, with approved sources listed as 34712 F160597 and 7QAR4 F160597. These hoists are critical for materials handling equipment, supporting various military operations and logistics. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and inquiries can be directed to DibbsBSM@dla.mil.
    16--HOISTING UNIT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a hoisting unit, identified by NSN 7R-1680-016799708-V2. The procurement involves a quantity of six units, which require engineering source approval due to their flight-critical nature and the necessity of maintaining quality through approved sources. Interested parties must provide detailed technical data and qualifications as outlined in the NAVSUP Source Approval Information Brochures, with proposals due within 45 days of the notice publication. For further inquiries, Alyssa T. Thieu can be contacted at (215) 697-0169 or via email at ALYSSA.THIEU@NAVY.MIL.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.