Hoist Replacement
ID: FA460825QC055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

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

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the removal and replacement of a 5-ton hoist at Barksdale Air Force Base in Louisiana. The procurement involves providing a new hoist that meets specific technical requirements, including a main voltage of 208 V, a control voltage of 115 V, and compliance with ISO M5 duty group standards, among other features outlined in the solicitation documents. This project is critical for maintaining operational efficiency and safety within the Aerospace Ground Equipment Facility, ensuring that the equipment used meets modern standards. Interested vendors must submit their quotes by May 2, 2025, and are encouraged to attend a site visit on April 24, 2025, with prior RSVP. For further inquiries, vendors can contact SrA Courtney Decker at courtney.decker@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.

    Point(s) of Contact
    SrA Courtney A. Decker
    courtney.decker@us.af.mil
    SrA Alisia Davis
    alisia.davis@us.af.mil
    Files
    Title
    Posted
    The Department of the Air Force issued Amendment 1 to solicitation FA460825QC055 regarding the replacement of a hoist at Barksdale Air Force Base. This amendment provides supplemental answers to questions posed by vendors and extends the Request for Quotation (RFQ) deadline to May 2, 2025. Key technical requirements include the need for a hoist capable of lifting 5 tons, compatibility with 3-phase 220V power, and a pendant drop control system. Vendors are instructed to field measure specific installation components due to lack of available original construction documents. Additional specifications include a required 100% load test post-installation and the inclusion of proximity sensors to ensure safe operation of multiple hoists. The amendment clarifies that there are no restrictions on work-related equipment entering the facility and advises coordinating with facility managers for access. The document outlines safety standards and logistical considerations essential for contractors to adhere to during the hoist replacement process, reinforcing compliance with the Air Force's operational protocols.
    This document outlines the Request for Quotation (RFQ) FA460825QC055, incorporating applicable provisions and clauses that govern the procurement process for commercial products and services. The RFQ is administered under Simplified Acquisition Procedures as per FAR 13. Key requirements for vendors include registration in the System for Award Management (SAM), submission of electronic quotes, and adherence to defined terms and conditions. Evaluation criteria focus on both price and technical merit, with quotes undergoing a detailed assessment to ensure alignment with agency needs. Offerors must present comprehensive product information, including descriptions and specifications, to facilitate evaluation. The document also encompasses mandatory compliance with various federal regulations, including restrictions on contracting with certain entities and reporting obligations regarding contractor practices. Additionally, it highlights the importance of health and safety standards during contract performance and outlines procedures for contractor access to Air Force installations. Overall, it serves as a comprehensive guide for potential vendors engaging in the procurement process, emphasizing compliance, evaluation, and effective communication with contracting officers.
    The government document outlines the required specifications for a 5-ton wire rope hoist to be installed in Hanger B5778. Key features include a main voltage of 208 V and a control voltage of 115 V, with a hoisting speed of 20 ft/min (high) and 3.2 ft/min (low). The hoist must meet ISO M5 duty group standards and support a safe working load of 10,000 lbs. The call for the hoisting system highlights the need for overload devices, thermal protection, and condition monitoring. The document specifies requirements for the accompanying trolley system, which includes a high-speed capability of 65 ft/min and a motor power of 0.7 hp. Additional functionalities include a hook-operated control limit switch, strain gauge load sensors for overload detection, and remote data collection through TruConnect Remote Services. This set of specifications serves as a formal guideline for vendors responding to the RFP, ensuring compliance with technical standards necessary for operational efficiency and safety in a government facility.
    The Statement of Work (SOW) outlines the requirements for replacing a 5-ton hoist at Barksdale Air Force Base's Aerospace Ground Equipment Facility. The contractor is responsible for removing the existing hoist, installing a new one, and disposing of the old unit, while adhering to safety regulations, specifications, and compliance standards set by various authorities, including OSHA and ASME. The work will be performed at Building 5778, according to the specified operational hours and access protocols. Key responsibilities include validating site conditions, providing necessary materials and labor, and ensuring that work does not disrupt ongoing operations. The contractor must also manage any resulting damages to government property and comply with environmental regulations regarding hazardous materials. The project includes warranty provisions for workmanship and materials, with strict inspection and acceptance criteria. Special considerations will address site access, required staging areas, and completion of surrounding preparations like flooring before installation. This project reflects the government’s initiative to ensure modern, compliant equipment is utilized while maintaining safety and operational continuity.
    Lifecycle
    Title
    Type
    Hoist Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    2-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 2-ton chain hoist. This contract aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The chain hoist is critical for various operational tasks within the Navy, ensuring efficient handling and movement of heavy equipment. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the detailed requirements and deadlines specified in the solicitation documents.
    Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.
    1-TON CHAIN HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract requires compliance with various technical and quality specifications, including unique identification and valuation, inspection and acceptance protocols, and adherence to cybersecurity maturity model certification requirements. The chain hoist is critical for operational support within the Navy's logistics and maintenance framework. Interested vendors should direct inquiries to Eva A. Raczka at 771-229-0110 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    17--HOISTING UNIT,AIRCR
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of a hoisting unit, specifically the NSN 1730015939054, under a total small business set-aside. The requirement includes the delivery of one unit to the DLA Distribution Depot in Oklahoma within 167 days after order, with the approved source being 1Y128 7548685-10. This hoisting unit is critical for aerospace craft launching, landing, ground handling, and servicing operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    LOW HEADROOM HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a specialized low headroom hoist, specifically the Gardner Denver Hoist model P3NA43LPJP010AAA43, with a lifting capacity of approximately 4,300 lbs. This procurement aims to acquire a piston air hoist designed for environments with limited overhead space, featuring a pendant control for precise operation and a zinc-plated link chain for rust resistance. Interested parties should note that this opportunity is set aside for small businesses, and they can reach out to David Fortune at david.c.fortune.civ@army.mil or call 918-420-6445 for further details. The place of performance for this contract will be at the McAlester Army Ammunition Plant in McAlester, OK.
    HOISTING UNIT,AIRCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    HOIST,CHAIN
    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 chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.