5 Ton Crane Design USS EMORY S LAND
ID: N3220524Q2242Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, 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)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking engineering services for the upgrade of the AS 39 Class 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39). The procurement aims to engage the Original Equipment Manufacturer (OEM) to provide essential engineering services, including equipment, component, material, and configuration upgrades, to ensure the operational safety and national security of these critical assets, which are over 40 years old. The contract is set for a firm-fixed price from September 30, 2024, to August 31, 2025, with quotes due by September 23, 2024. Interested contractors can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria A. Morris at maria.a.morris8.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) is issuing a Request for Quotes (RFQ) for engineering services to support upgrades of the AS 39 Class 5 Ton Cargo and Sail Service Cranes on the USS Emory S. Land. The contract details include a firm-fixed price purchase order from September 30, 2024, to August 31, 2025, with specific instructions for quote submission by September 23, 2024. Tasked with providing essential documentation and technical specifications, the Original Equipment Manufacturer (OEM) will perform engineering upgrades and update technical manuals. Quoters must submit price quotes detailing the costs for labor, materials, and any travel required, including breakdowns for the provided services aligned with the scope of work described in a Performance Work Statement (PWS). The solicitation specifies evaluation criteria, focusing particularly on technical capability and price, with the government intending to award the contract to the lowest-priced acceptable offer. The notice stresses the inclusion of compliance with numerous Federal Acquisition Regulation (FAR) clauses, underscoring the importance of meeting statutory requirements. This RFQ encompasses not just the technical work on the cranes but also addresses broader compliance and procedural stipulations essential for federal procurement, emphasizing adherence to established regulatory frameworks throughout the bidding process.
    The document presents a Justification and Approval (J&A) for a sole source contract awarded by the Department of the Navy's Military Sealift Command to Trident Maritime Systems. The contract entails engineering services to upgrade the 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39), an essential asset for supporting the U.S. Navy's submarines. Given the cranes are over 40 years old, modifications are critical for national security and operational safety. Only the Original Equipment Manufacturer (OEM) possesses the proprietary technical data and historical information required for the upgrades, justifying the use of other than full and open competition under 10 U.S.C. 2304 (c)(1). The document notes that the MSC actively seeks offers from qualified non-OEM contractors but remains reliant on the OEM for these specific engineering services. The anticipated project cost is determined to be fair and reasonable as verified by the Contracting Officer, emphasizing the necessity and urgency of the action to maintain critical operational capabilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of an Actuator Assembly for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of a specific Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards for existing ship equipment. The delivery of the actuator assembly is required by March 4, 2025, with quotes due by 10:00 AM EDT on September 18, 2024. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
    Crash Crane Special Tool and Fire Extinguisher Mounting Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure special tools and a fire extinguisher mounting fixture for the Carrier Crash Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC). This procurement is necessary to support the maintenance of these cranes, which are critical for salvage operations, and the modifications are required to ensure safety by accommodating a fire extinguisher within the crane's cab. Allied System Company (ASC), the Original Equipment Manufacturer, is the only entity with the technical data and interface dimensions needed for this project, thus the government plans to award a modification under the authority of 10 U.S.C. 3204(a)(1). Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; responses will be considered solely for determining whether to conduct a competitive procurement. For further inquiries, interested parties can contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Elevator Support Unit (ESU) for East and West Coast Aircraft Carriers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Elevator Support Unit (ESU) contract, aimed at providing engineering, maintenance, training, and technical support for shipboard elevators and cargo handling systems on U.S. Navy aircraft carriers, specifically the CVN 68 and CVN 78 classes. The contractor will be responsible for a range of services including inspections, fault identification, technical guidance, and maintaining engineering evaluations, while ensuring compliance with safety and environmental standards, particularly in proximity to nuclear systems. This contract is critical for maintaining operational readiness and efficiency of naval systems, with a performance period expected to begin in FY2026 and lasting for five years. Interested parties should submit their responses by 2 PM EST on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Tyler Pacak, via the provided email addresses.
    39--Two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord located at Concord, CA. These cranes will be used to accommodate containerized operations on Pier 2 at the terminal. The cranes will have a capacity of 60 long tons and will be able to reach 13 containers across of transporting marine vessels. They will be equipped with a luffing boom and mechanized spreader capable of lifting both single and twin 20 foot containers and single 40 foot containers. The cranes will be designed, fabricated, assembled, tested, delivered, installed, and made ready for use in accordance with the contract specification. The estimated date for the solicitation to be available is 22 March 2019, and the estimated due date for proposals is 23 April 2019. Contractors are encouraged to register for the solicitation on the NAVY ELECTRONIC COMMERCE ONLINE (NECO) website.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is seeking qualified sources for a contract focused on providing technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes maintenance, inspection, repair actions, parts procurement, and logistical support for a variety of equipment utilized on MSC vessels and other government-owned ships. This equipment is critical for operations in storage and handling across various environments, including warehouses and aboard ships, ensuring compliance with safety and operational standards. Interested suppliers are encouraged to submit a capability statement detailing their qualifications and relevant experience to Alesha Ray at alesha.j.ray.civ@us.navy.mil or Kourtney Brooks at kourtney.k.brooks.civ@us.navy.mil, with the anticipated NAICS code being 811310 and a size standard of $12.5 million. This request is for information only, and no formal solicitation is currently available.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Floating Crane Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Floating Crane Services at the Coast Guard Yard in Curtis Bay, Maryland. The procurement aims to secure a floating crane capable of lifting a minimum of 180 short tons for various docking operations, weight testing of government equipment, and relocation of vessels, with services expected to accommodate up to 15 single lifts and 8 multi-lift events annually. This opportunity is critical for maintaining operational efficiency at the Coast Guard Yard, ensuring compliance with safety and environmental regulations while facilitating essential maritime activities. Interested vendors must submit their capabilities and certifications by October 1, 2024, at 1:00 PM EST, to Carol L. Dreszer at Carol.L.Dreszer@uscg.mil, referencing notice number 70Z04024RFI62302Y00.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.