This is a STED purchase. This Davit crane and cable will be installed on top of the gantry's center bent.
ID: 80NSSC25896941QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

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

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

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

    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a davit crane and cable for installation atop a gantry at the Stennis Space Center in Hampton, Virginia. The procurement includes specific requirements for the crane, such as a 3,000 lb working load limit and compliance with ASME B30.7 standards, along with associated wire ropes designed for durability and safety in outdoor settings. This opportunity underscores NASA's commitment to engaging small businesses in its operations, promoting competition while adhering to federal acquisition regulations. Interested parties should submit their detailed bids, ensuring compliance with federal requirements, and may contact Shanna Patterson at shanna.l.patterson@nasa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for two items under a governmental procurement process involving a crane and associated cable. The first item is a Thern Captain Series Davit Crane, specified for a load capacity of at least 3000 pounds and equipped with a 290-foot cable, a corrosion-resistant design, and various features such as adjustable boom angle and reach, a powerful motor, and essential safety components. The crane must also comply with ASME B30.7 standards. The second item is a 290-foot galvanized aircraft cable assembly, noted for its 3/8 inch diameter and featuring a swivel hook with safety latch, adhering to ASTM B30.9 regulations. This procurement documentation serves to guide suppliers in meeting the required specifications for equipment necessary in governmental operations, emphasizing safety and functionality.
    This document outlines specifications for various cranes and associated wire ropes as part of a federal Request for Proposals (RFP). It specifies a crane with a 3,000 lb working load limit (WLL) and a wire rope designed for it, requiring features such as corrosion-resistant construction, adjustable boom angles, and compliance with ASME B30.7 standards. The second crane specified is for a 1,200 lb WLL, offering adjustable height and boom reach, with a manual winch operable by an electric drill. Each crane has specific requirements for wire ropes, including load capacity and compliance with ASTM B30.7. The document emphasizes the importance of utility, safety standards, and materials suitable for outdoor installation, reflecting the requirements for procurement in government contracting. This aligns with ensuring that equipment meets rigorous federal safety and operational standards for use in various settings, ensuring compliance and functionality in government operations.
    This document presents specifications for a crane and its accompanying cable, part of a government Request for Proposals (RFP). The crane, a Thern 5FT40-E3DL-SX Captain Series Davit Crane, has a load capacity of 3,000 pounds, a 290-foot cable length, adjustable features for boom angle and reach, and corrosion-resistant construction. It is powered by a 3-horsepower winch motor and includes safety features like an emergency stop and upper travel limit switch. The crane’s design complies with ASME B30.7 standards, negating the need for post-installation load testing. The cable is a wire rope assembly also rated for a 3,000-pound working load, measuring 290 feet in length, featuring a plain end and a swivel hook with safety latch, and complies with ASTM B30.7 and ASTM B30.30 requirements. The detailed specifications ensure safe and effective operation, reflecting the government’s commitment to maintaining high safety and operational standards in equipment procurement.
    The document outlines a Request for Quotation (RFQ) from the National Aeronautics and Space Administration (NASA) for a davit crane and cable, intended for installation atop a gantry at Stennis Space Center. The RFQ details the required deliverables, submission timelines, and evaluation criteria. It specifies a brand-name or equivalent requirement, with emphasis on quotes from small businesses, indicating that firms must be registered on SAM (System for Award Management). Key components of the RFQ include a statement of work, instructions to offerors, contractual provisions, and certifications. Offerors are required to submit detailed bids that adhere to federal requirements, including representations regarding telecommunications services and compliance with federal acquisition regulations (FAR). The document emphasizes the importance of providing accurate representation concerning the ownership structure, compliance with federal laws, and certifications related to business status (e.g., small, veteran-owned, women-owned). The RFQ's structure facilitates transparency in the procurement process, promoting competition among small businesses while ensuring adherence to specific regulatory standards. This procurement opportunity underscores NASA's commitment to engaging small businesses in support of its operations, reflecting overarching goals within government contracting practices.
    Lifecycle
    Similar Opportunities
    Haas Desktop CNC Mill and Control System
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
    EC2016 COFFING 1 TON ELECTRIC HOIST 12' L 1/2 TON, 16 FPM HOIST OR EQUAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking proposals for the procurement of a Coffing 1 Ton Electric Hoist, with specifications including a 12-foot lift and a 1/2 ton capacity at 16 feet per minute, or an equivalent product. This solicitation is part of a total small business set-aside initiative, emphasizing the government's commitment to supporting small businesses, including those owned by women and service-disabled veterans. The hoist is crucial for various operational tasks within the Navy, ensuring efficient lifting and handling of materials. Interested vendors should contact Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details, and must adhere to the outlined specifications and compliance requirements as detailed in the solicitation document.
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    (4) Dawn VME RME-5553 cPCI Chassis
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide four units of the Dawn VME RME-5553 cPCI Chassis, which are essential for hosting an avionics emulator for the Gateway Power and Propulsion Element. The procurement requires that each chassis meet specific technical specifications, including a 19” rack mount, 4U height, and various components such as a high-powered fan assembly and health monitoring system, with delivery expected within 8 to 10 weeks after receipt of order. This acquisition is critical to NASA's ongoing technological advancements in space exploration, emphasizing the need for specialized equipment. Interested offerors must submit their quotations by March 11, 2025, and can contact Cara Craft at cara.s.craft@nasa.gov for further information.
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Removal and Installation of new wireless load sensing system for 55 Ton Terex Crane
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard at Base Portsmouth, is seeking qualified contractors for the removal and installation of a new wireless load sensing system for a 55 Ton Terex Crane. This procurement aims to enhance the operational capabilities of the crane by ensuring it is equipped with modern load sensing technology, which is critical for safety and efficiency in maritime operations. The contract is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1-877-933-3243 for further details. The work will take place in Portsmouth, Virginia, and is categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance.
    USNS JOHN LEWIS RESCUE PLATFORM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a Crane Man Basket under solicitation number N3220525Q2268. This opportunity is not set aside for small businesses and requires the delivery of the item to the MSC SSU BATS in San Diego, CA, by April 21, 2025. The Crane Man Basket is essential for various maritime operations, and the procurement process will evaluate quotes based on technical capability and price, with the award going to the lowest priced accepted offer. Interested parties must submit their price quotes, including shipping and technical specifications, by March 12, 2025, and can contact Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or 757-642-0500 for further information.
    3 Ton Bridge Crane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 3 Ton Bridge Crane and associated components through a Combined Synopsis/Solicitation. The requirement includes a Louden 3 Ton Capacity, Single Girder Motor Driven Crane, along with necessary items such as supertrack girders, splice assemblies, end stop assemblies, and a monorail hoist, all to be delivered within 90 days after receipt of order. This procurement is crucial for enhancing operational efficiency at Tinker Air Force Base, ensuring that the Air Force has reliable and compliant equipment for its logistics and maintenance capabilities. Interested small businesses must submit their proposals by March 11, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, they can contact Britt Brown at britt.brown.2@us.af.mil or 405-413-0142.
    39--BEAM,HOISTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of beam hoisting equipment under a total small business set-aside contract. This solicitation aims to acquire overhead traveling cranes, hoists, and monorail systems, which are critical for materials handling in various defense operations. The selected contractor will be responsible for providing high-quality materials handling equipment that meets the stringent requirements of the military. Interested parties should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    BEAM,HOISTING
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the acquisition of a Beam, Hoisting, specifically NSN: 3940-01-168-3897, in support of the MD-6 Patriot Weapon System. This Sources Sought Synopsis (SSS) aims to gather information on manufacturing capabilities and to determine if future procurement efforts can be competitive or set aside for small businesses, particularly those certified under the SBA Women-Owned Small Business (WOSB) Program. The contractor will be responsible for all aspects of the manufacturing process, including supply chain management and logistics, and must meet prequalification requirements to be considered a potential source. Interested firms are encouraged to contact Jasika Williams or Thomas Gunter via email for further inquiries, noting that this announcement does not constitute a solicitation or guarantee of future contracts.