Floating Crane Services
ID: 70Z04024RFI62302Y00Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Navigational Services to Shipping (488330)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL TOWING (V125)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) details the U.S. Coast Guard Yard's requirement for Floating Crane Services at their shipyard in Baltimore, MD. The contractor will provide crane services for lifting vessels during docking operations and testing government equipment, accommodating up to 15 single lifts and 8 multi-lift events annually. Key requirements include the use of a floating crane capable of handling 180 short tons, annual equipment certifications compliant with OSHA regulations, and proof of insurance under the Jones Act and Longshore and Harbor Workers Compensation Act. The services encompass various lifting events such as single and multi-dockings, weekend operations, and equipment weight testing. The contractor must supply qualified personnel, including certified crane operators and a project manager for effective communication with the Contracting Officer’s Representative (COR). Additional stipulations include adherence to environmental regulations and compliance with the RAPIDGate security program for contract personnel requiring access to the Coast Guard Yard. The performance period spans five years, with services executed primarily at the Coast Guard Yard facility, and the contractor responsible for their transportation and equipment costs. Key deliverables include certification of the crane and load charts submitted annually to the COR. Overall, this document outlines the necessary provisions and responsibilities for effective operation and compliance in providing crane services to the U.S. Coast Guard Yard.
    Lifecycle
    Title
    Type
    Floating Crane Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    Crane Operator Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a 40-hour Crane Operations training course for six personnel at the Industrial Production Facility in Miami, Florida. This training is crucial due to the crew's limited experience with a 30 Ton Rough Terrain Crane, which is essential for various operational tasks, including Aids to Navigation and cutter activities. The course will cover national safety standards, including ASME B30.5 and OSHA regulations, and will ensure participants acquire necessary skills in crane operation, rigging procedures, and emergency responses. Proposals must be submitted by September 20, 2024, with training scheduled from September 30 to October 4, 2024. Interested contractors should contact Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil for further details.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    USCG Intent to Sole Source Mission Critical Crane Spares
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole-source contract to Appleton Marine, Inc. for the procurement of a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. This procurement is essential to enhance maintenance efficiency and reduce downtime, thereby increasing the mission availability of the cutters, as the cranes are uniquely designed to integrate with the NSC's existing systems. The decision to proceed with a sole-source contract is supported by market research confirming that only Appleton Marine can fulfill these specialized requirements, and the procurement is justified under relevant federal regulations. Interested vendors may contact Tiffany D. Thompson at tiffany.d.thompson@uscg.mil or 571-608-5288 for further information, although this notice does not constitute a solicitation for competitive offers.
    Welin Lambie Davits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.
    Electric Hoist
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential suppliers regarding dual and single electric hoists that can meet or exceed the specifications of their current hydraulic hoist. This sources sought notice is intended for market research purposes to identify capable vendors, as the Coast Guard does not possess the specifications or technical data for the existing hydraulic hoist. Interested parties are encouraged to submit their company details and responses to specific questions regarding their capabilities, including potential discounts and lead times, by September 30, 2024, at 12:00 PM EST. Responses should be directed to Trenton Twiford via email at trenton.c.twiford@uscg.mil, with the subject line indicating the notice number 70Z03824IJ0000064.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    5 Ton Crane Design USS EMORY S LAND
    Active
    Dept Of Defense
    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.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    USCG SBPL OTH LEVER, REMOTE CONTROL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.