Set of Lifting Columns
ID: W519TC25Q2222Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

MISCELLANEOUS SERVICE AND TRADE EQUIPMENT (3590)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for a firm-fixed-price contract for a set of lifting columns. This procurement aims to acquire specialized equipment as outlined in the specifications document RIPD-25-3-23, which is crucial for supporting military operations. The deadline for proposal submissions has been extended to April 25, 2025, at 1:00 PM CST, with delivery of the lifting columns required by November 7, 2025. Interested contractors should contact Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil for further details and must comply with various federal regulations and security protocols during the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines solicitation number W519TC-25-Q-2222 issued by the Army Contracting Command - Rock Island for a firm-fixed-price contract for a set of lifting columns per specifications outlined in RIPD-25-3-23. The solicitation invites responsive, responsible offerors to submit proposals by 1:00 PM on April 11, 2025. Delivery is required by November 7, 2025, with an emphasis on quality and adherence to delivery schedules, with penalties for non-compliance. Contractors must comply with various federal clauses, including provisions regarding telecommunications equipment, cybersecurity measures, and small business requirements. Access to technical drawings is limited and requires prior approval from the Joint Certification Program (JCP). The document further discusses visitor access protocols for Rock Island Arsenal, including identification requirements for delivery personnel. Key contacts for the solicitation are Kevin Gilmore (Contract Specialist) and Cathy Mendoza (Contracting Officer). The communication stresses that delays in delivery must be properly communicated and documented. Overall, this solicitation reflects the government’s emphasis on competitive bidding, regulatory compliance, and ensuring quality and timely procurement in support of military operations.
    The document serves as an amendment to a federal solicitation for bids related to a contract identified by number W519TC25Q2222, issued by the Army Contracting Command in Rock Island, Illinois. The amendment alters an existing solicitation by changing the response due date from April 11, 2025, to April 25, 2025, at 1:00 PM CST. Additionally, it modifies the acquisition strategy from a 100% Small Business set-aside to a Full and Open competition, indicating a broader scope for potential bidders beyond small businesses. Other terms and conditions remain unchanged. The document requires acknowledgment of the amendment by offerors to ensure submissions are considered valid and timely, thus highlighting the importance of compliance with the revised solicitation guidelines. The overall aim is to facilitate a broader participation in the bidding process while adhering to government procurement regulations.
    The document outlines plans for the construction and installation of concrete mounting pads at Rock Island Arsenal's Joint Manufacturing and Tooling Center (JMTC). It includes detailed construction and demolition plans, security notes, and specifications for contractors. The mounting pads are designed to hold equipment, necessitating the use of specific materials and methods for concrete placement, insulation, and rebar reinforcement, ensuring a minimum strength of 5000 PSI. Contractors must adhere to rigorous safety and environmental regulations, such as controlling dust during construction and managing debris onsite. They are also responsible for coordinating traffic and safety protocols around the worksite, including utilizing a spotter for equipment movement. Furthermore, stringent security measures are highlighted, emphasizing the need for contractor personnel compliance with facility access requirements and participation in security training programs. The document particularly stresses the importance of FPCON levels regarding facility operations and contractor activities. This summary encompasses the plans and security considerations, aligning with the government's focus on structured project execution and policy adherence in federal contracts.
    Lifecycle
    Title
    Type
    Set of Lifting Columns
    Currently viewing
    Presolicitation
    Similar Opportunities
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    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.
    Anchoring Device Solicitation / Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure anchoring devices (NSN: 1670-00-999-3544) under a total small business set-aside. This five-year contract will be awarded as a Firm Fixed Price (FFP) single-award contract, which includes provisions for a First Article Test Report (FATR) and multiple ordering years. The anchoring devices are critical for military applications, ensuring secure cargo handling and delivery systems. Interested vendors must submit their proposals by December 22, 2025, at 5:00 PM EST, and direct inquiries to Contract Specialist Matthew Kainz at matthew.j.kainz.civ@army.mil, with a cc to Carrie English at carrie.l.english.civ@army.mil.
    Clocktower Building 3rd Floor Office Furniture
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure systems furniture for the 3rd Floor of the Clocktower Building from AllSteel Inc. on a sole source basis, citing the need for economy and efficiency as the new work is a logical follow-on to a previous Federal Supply Schedule order. This procurement falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing, and is crucial for enhancing the office environment within the facility. Interested small business firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Eric J. Gaul, at eric.j.gaul@usace.army.mil by December 17, 2025, at 12:00 pm CST, as no competitive quotes will be solicited for this opportunity.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    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.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.