CYLINDER LUFFING OFFSHORE MARINE RATED PEDESTAL CRANE
ID: 69727625Q000002Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION697276 DOT MARITIME ADMINISTRATIONNEW ORLEANS, LA, 70130, USA

NAICS

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

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
    Description

    The Department of Transportation, through the Maritime Administration, is seeking proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. The project requires contractors to provide all necessary labor and materials, ensure compliance with safety regulations, and manage the disposal of the existing crane, with specific attention to structural assessments and safety features. This procurement is critical for upgrading the maritime fleet's operational capabilities and safety standards. Interested contractors must submit their quotes by January 27, 2025, and are encouraged to attend a site visit on January 7th and 8th, 2025; inquiries should be directed to Carolyn Quinn at carolyn.quinn@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Maritime Administration (MARAD) is soliciting proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft. telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. This solicitation, identified as RFQ number 69727625Q000002, is set-aside for small businesses and will be awarded based on the lowest acceptable price. Interested contractors must familiarize themselves with the applicable Federal Acquisition Regulation (FAR) clauses available online. A site visit is scheduled for January 7th and 8th, 2025, which is highly encouraged for all prospective bidders. Questions regarding the solicitation must be submitted by January 14, 2025, and quotes are due by January 27, 2025. Contractors must be registered in the System for Award Management (SAM) at the time of award. This solicitation emphasizes the government’s commitment to maintaining and upgrading its maritime operations through competitive contracting processes.
    The document outlines a government Request for Proposal (RFP) for the removal of a 40-ton crane and installation of a new 50-ton crane on the M/V Barbara Lois within the Beaumont Reserve Fleet. It specifies the contractor’s responsibilities, which include providing labor and materials, ensuring all welding is performed by certified welders, and adhering to safety and disposal regulations. Notably, the contractor must obtain necessary certifications and permits, prepare steel surfaces, and ensure all areas are restored post-work. The crane specifications detail the required mechanical components and operational capabilities, including hoist specifications and safety systems. The government will provide certain equipment and operators to facilitate the process. Regular progress meetings and condition notifications to the Contracting Officer are mandated to ensure compliance with project timelines and standards. The initiative emphasizes adherence to safety protocols while upgrading critical marine infrastructure, reflecting the government's commitment to enhancing operational efficiency and safety in its fleet.
    This document outlines modifications to federal contract clauses following the implementation of Executive Orders (E.O.) 14148 and 14173. It revokes previous clauses related to biobased product certifications, environmental compliance, and equal employment opportunity. Specifically, the document details the deletion of several regulations on biobased products and equal employment opportunity requirements. It introduces amendments to existing clauses, affecting contractor responsibilities regarding greenhouse gas emissions and sustainable products, necessitating their compliance with updated reporting and certification processes. Key terms like "biobased products" and "sustainable products" are defined to clarify contractor obligations. Additionally, the document notes that existing civil rights laws will remain intact, regardless of contractor status. Overall, these changes reflect a shift towards deregulation in procurement practices while emphasizing sustainability and social responsibility in government contracting, essential in the context of federal and state RFPs and grants.
    This document addresses inquiries and amendments related to the installation of a replacement crane on the M/V Barbara Lois. It outlines technical specifications, responsibilities, and safety requirements for the project, such as the crane's maximum hoisting capacity of 100,000 lbs, clarifying that no offboard lifts will exceed this weight. The contractor is tasked with providing all necessary labor and materials while ensuring compliance with safety regulations and insurance requirements. Notably, Techcrane is responsible for the removal and disposal of the existing crane, with government-furnished equipment and services available to assist in this process. Specific clarifications are made regarding the need for wireless systems versus wired for load sensing and safety features, as well as details concerning structural assessments of the vessel's foundation to accommodate the new crane. Overall, this document serves to clarify expectations and requirements for contractors involved in the crane replacement project, emphasizing safety, compliance, and clarity of roles.
    This document outlines various FAR (Federal Acquisition Regulation) provisions relevant to federal RFPs (Requests for Proposals) and grants, emphasizing the requirements for offerors. Key provisions include: 1. **SAM Registration**: Offerors must be registered in the System for Award Management (SAM) and keep their representations and certifications current. 2. **Evaluation Criteria**: Offers will be evaluated based on technical capability (pass/fail) and price, with a focus on the lowest price technically acceptable. 3. **Offeror Representations**: Detailed descriptions of definitions and certifications regarding business types, labor practices, and compliance with regulations, including prohibitions concerning contracting with entities involved in certain activities (e.g., in Sudan and Iran). 4. **Buy American and Trade Agreements Certifications**: Offers must comply with clauses regarding the origins of products and services offered. Additional instructions also include submission timelines for quotes and questions, highlighting the importance of adhering to all outlined specifications to ensure eligibility for contract awards. The document emphasizes the regulatory framework meant to facilitate fair competition, compliance, and accountability among contractors participating in government procurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors for the rental of a 120-ton crane with an operator at Range 16, Fort Polk, Louisiana. The procurement requires the contractor to provide a certified operator, rigging equipment, and the crane itself for five non-continuous days between January 12, 2026, and February 14, 2026, to facilitate the movement of a 37,000 lbs structure during testing operations. This service is critical for ensuring the safe and efficient execution of engineering tasks at the site, adhering to government safety regulations and operational requirements. Interested vendors must submit their quotes by December 17, 2025, at 1:00 PM CST, and can direct inquiries to Janalyn Dement at Janalyn.H.Dement@usace.army.mil.
    RAIL MOUNTED CRANE INDUSTRY DAY
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is hosting an Industry Day on January 13, 2026, to engage industry representatives regarding the procurement of rail-mounted cranes for waterfront infrastructure improvements at the U.S. Coast Guard Yard in Baltimore, Maryland. The project aims to enhance maintenance and repair capabilities for a new class of cutters by installing new cranes at three designated piers, with a focus on electric cranes due to air permitting constraints. Interested parties, including entrepreneurs and business leaders from various sectors, are encouraged to register for the event by December 29, 2025, and provide relevant company information, as attendance is limited to one representative per company. For further inquiries, contact Jackie Warfield at Jacquelyn.L.Warfield@uscg.mil or 571-607-4409.
    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.
    Gantry Crane
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to acquire two P/N: M582A2T21-A20 Gantry Cranes from B.E Wallace and their authorized distributors. These cranes are essential for overhead lifting during the Remove and Replace (R&R) of the Electro Optical/Infrared (EO/IR) Turret Deployment Unit, in conjunction with the P/N: HLU-500/E Hoist. As the Original Equipment Manufacturer (OEM), B.E Wallace holds proprietary rights to the design and technical data necessary for this equipment, making them the sole source capable of fulfilling the Government's requirements. Interested parties may submit capability statements or proposals by November 7, 2025, and should direct inquiries to Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Pipeline Maintenance Dredging of the Matagorda Ship Channel in Matagorda and Calhoun Counties, Texas
    Dept Of Defense
    The U.S. Army Corps of Engineers, Galveston District Office, is seeking bids for the Pipeline Maintenance Dredging of the Matagorda Ship Channel in Matagorda and Calhoun Counties, Texas, under Solicitation Number W912HY26RA006. The project entails dredging approximately 1,738,000 cubic yards of material, with options for additional dredging, and is critical for maintaining navigational channels in the region. This full and open competition contract, valued between $25 million and $100 million, will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, with responses due in January 2026. Interested contractors must be registered with SAM.gov and have a NIST score in SPRS, and they can contact Ashley Griffin at ashley.l.griffin@usace.army.mil or Leslie Rubio at Leslie.Rubio@usace.army.mil for further information.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    IFB 33-5048 DLA DS Meade One Time Sale Usable Crane
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of a usable truck-mounted crane located at Aberdeen Proving Ground, Maryland. Interested bidders must submit sealed bids using Standard Form 114 (SF114), with a minimum bid of $100 per unit, by the closing date of January 12, 2026, at 1:00 p.m. EST. This sale is significant as it involves surplus government property, and the selected bidder will be responsible for the removal of the crane within 90 calendar days, adhering to all applicable federal, state, and local regulations. For further inquiries, bidders can contact Jared Plott at Jared.Plott@dla.mil or Jenifer Sestina at jenifer.sestina@dla.mil.