BEJ Crane Rental Services
ID: W912PM25QA022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (W036)

Set Aside

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

    The U.S. Army Corps of Engineers, Wilmington District, is soliciting bids for crane rental services to conduct a conduit inspection at the B. Everett Jordan Dam in Moncure, North Carolina. This procurement, identified as Solicitation W912PM25QA022, is a small business set-aside under FAR Part 13 Simplified Acquisition Procedures, requiring a mobile hydraulic crane with a capacity of 50-75 tons and certified operators available for up to five days between January 4, 2026, and March 1, 2026. The selected contractor will be responsible for providing the crane, operator labor, and a Critical Lift Plan, adhering to safety regulations and specifications outlined in the Statement of Work. Interested parties must RSVP for a site visit by August 12, 2025, submit questions by August 18, 2025, and provide quotes by August 27, 2025; for further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or 910-251-4785.

    Files
    Title
    Posted
    This government file is a wage determination for service contracts in Chatham County, North Carolina, issued by the U.S. Department of Labor. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award date. The document details specific hourly wage rates for over 400 occupations across various sectors, including administrative, automotive, health, and IT, with some rates subject to executive order minimums. It also specifies fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation leave (2-4 weeks based on service), and eleven paid holidays. The document includes provisions for hazardous pay differentials, uniform allowances, and a conformance process for unlisted job classifications, emphasizing the importance of matching duties to existing classifications rather than job titles.
    The document outlines Wage Determination No. 2015-4373, issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing minimum wage rates for various occupations in North Carolina, specifically Chatham County. Contracts effective post-January 30, 2022, must comply with Executive Order 14026, mandating a minimum hourly wage of $17.75, or higher based on the determination. For contracts awarded between January 1, 2015, and January 29, 2022, Executive Order 13658 sets a lower hourly rate of $13.30 for continued employment. The document lists various occupations and their corresponding wage rates, emphasizing regulatory compliance for contractors regarding minimum wage, paid sick leave, and specified benefits such as health and welfare compensation. Detailed provisions also address fringe benefits, vacation time, holidays, and uniform allowances, while underscoring employee classification and conformance procedures for unlisted job classifications. Ultimately, the document is a critical reference for contractors ensuring compliance with prevailing wage laws in federally funded contracts within the SCA framework.
    This government file details the specifications for two Stoplog Assemblies for the B. Everett Jordan Dam, fabricated by Johnson Machine Works, Inc. The document includes a comprehensive Bill of Material, outlining various components such as plates, bars, rubber seals, bolts, nuts, washers, and rail sections, along with their dimensions, materials (primarily A709-50 steel), and estimated weights. Key features include the design head of 27 feet and a weight of 7,500 lbs per assembly (bottom stoplog only). The file also provides detailed diagrams of the assemblies, including plan, end, and enlarged section views, illustrating the placement of components, weld specifications (1/4" continuous welds, 100% M.T.), and specific material additions for milling and flatness requirements. Revisions note changes like the rail being bolted on due to weld issues and the addition of rail shim plates, highlighting a focus on structural integrity and compliance with engineering standards.
    This Scope of Work outlines the requirements for crane rental services at B. Everett Jordan Dam in Moncure, NC, for gate and conduit inspection activities in winter 2026. The contractor must provide a mobile hydraulic crane with 50-75 ton capacity, 500' anti-rotation cable, and certified operators available 24/7 for up to five days. Key requirements include adherence to U.S. Army Corps of Engineers Safety Manual EM 385-1-1, OSHA certifications for operators, and a Critical Lift Plan. A site visit on August 14, 2025, is highly recommended. The contract period is January 4, 2026, to March 1, 2026, with a two-week notice for crane deployment. Contractors must comply with federal security, antiterrorism, and E-Verify program requirements.
    The U.S. Army Corps of Engineers (USACE) Form 6209, June 2023, serves as a Certificate of Compliance for Load Handling Equipment (LHE) and Rigging. Its purpose is to certify that LHE, rigging, and operators meet all applicable regulatory requirements as outlined in EM 385-1-1. This form is mandatory for any contract involving LHE/cranes and must be completed, signed by a company official, and submitted to the Contracting Officer for acceptance before the commencement of LHE/crane activities. The certificate requires detailed information about the project, contract, involved parties (prime and sub-contractors, SSHO/QC), and specifics of the LHE, including manufacturer, type, capacity, and operator names. By signing, the official certifies that the LHE and rigging conform to EM 385-1-1, ASME standards, manufacturer instructions, and federal, state, and local requirements, including inspections and tests. Furthermore, it certifies that operators are trained, qualified, physically examined, and understand the importance of not bypassing safety devices and immediately reporting accidents. The completed and signed certificate must be posted and maintained with each crane/LHE. This document is crucial for ensuring safety and compliance in government contracts involving heavy lifting equipment.
    This document outlines the specifications and bill of materials for Stoplog Assemblies related to the B. Everett Jordan Dam project, a U.S. Army Corps of Engineers initiative. Key components highlighted include various plates, bars, bolts, and seals made predominantly from A709-50 steel. The total estimated weight of the assemblies is approximately 2,631 lbs, with detailed listings for individual materials such as PL plates and hex bolts, specifying their dimensions and quantities. The assembly is designed for a hydraulic application, with requirements for continuous fractures critical welds noted. Additionally, it describes post-fabrication adjustments for flatness and seal effectiveness, and mentions necessary materials for milling to ensure structural integrity. The document serves as an essential reference for contractors involved in the project, ensuring compliance and standardized construction practices. Overall, it represents a detailed technical guide essential for the accurate fabrication and assembly of dam components, emphasizing safety, specification adherence, and material integrity in public works projects.
    The scope of work document outlines the requirements for crane rental services needed by the U.S. Army Corps of Engineers for gate and conduit inspection activities at B. Everett Jordan Dam in Moncure, NC, scheduled for winter 2026. The contractor is responsible for providing a mobile hydraulic crane with a capacity of 50-75 tons and a certified crane operator, adhering to OSHA and safety regulations. Work will include the installation and removal of stoplogs, with operational availability for up to 24 hours a day over a five-day period, including mobilization and de-mobilization days. Key requirements include a site visit for better communication and planning, adherence to safety protocols, and the documentation of compliance through specific certifications and invoicing standards. The document emphasizes security training and adherence obligations to various federal regulations, outlining essential points of contact within the Corps of Engineers. Overall, it serves as a comprehensive guide for potential contractors to ensure compliance with safety, operational, and administrative protocols while providing crane services.
    The ENG FORM 6209 is a certification document used by the U.S. Army Corps of Engineers (USACE) to ensure that Load Handling Equipment (LHE), rigging gear, and operators comply with relevant safety and regulatory standards, including EM 385-1-1 and ASME standards. The form must be filled out and signed by an official representative of the company providing the LHE before any crane activities commence. Key elements include details of the project, contracting officer, prime contractor, subcontractor, equipment specifications, and operator qualifications. The certifying official acknowledges that all equipment and operations meet necessary regulations, includes trained operators, and outlines protocols for reporting accidents. This certification is essential for managing safety in projects funded through federal contracts and grants, emphasizing compliance with both federal and local requirements critical for risk management in construction. Overall, the document underscores the emphasis on safety and regulatory compliance in government contracting processes.
    The U.S. Army Corps of Engineers, Wilmington District, is soliciting bids for crane rental services to perform a conduit inspection at the B. Everett Jordan Dam in Moncure, North Carolina. This small business set-aside Request for Quote (RFQ), W912PM25QA022, falls under FAR Part 13 Simplified Acquisition Procedures, with NAICS code 238990 ($19M size standard) and PSC code W036. The period of performance is not to exceed 5 days between January 4, 2026, and March 1, 2026. Key evaluation factors include SAM registration, professional crane certification, operator licensing, and adherence of the proposed crane to Statement of Work (SOW) requirements. A site visit is scheduled for August 14, 2025, with questions due by August 18, 2025, and quotes by August 27, 2025. The solicitation incorporates various FAR and DFARS clauses, including those related to small business, labor standards, and prohibitions on foreign-made telecommunications and unmanned aircraft systems. Required services include 50-75 ton rough terrain crane rental, crane operator labor (straight and overtime), per diem, and critical lift plans.
    The U.S. Army Corps of Engineers, Wilmington District, is seeking crane rental services for a conduit inspection at the B. Everett Jordan Dam in Moncure, North Carolina, through Solicitation W912PM25QA022. This is a small business set-aside Request for Quote under FAR Part 13 Simplified Acquisition Procedures, with NAICS code 238990 ($19,000,000 size standard). The period of performance is not to exceed 5 days between January 4, 2026, and March 1, 2026. Key evaluation factors include SAM registration, professional crane certification, operator licensing, and proposed crane specifications. A site visit is scheduled for August 14, 2025, with an RSVP deadline of August 12, 2025. Questions are due by August 18, 2025, and quotes by August 27, 2025. The solicitation details various FAR and DFARS clauses, including those related to Buy American, prohibition on foreign-made UAS, and telecommunications equipment. The contract will be awarded to the lowest-priced, technically acceptable offer.
    The document, titled "Questions and Responses" for Solicitation Number W912PM25QA022 concerning the BEJ Crane, addresses a key question regarding the project's status. Specifically, it clarifies that there is no incumbent for this solicitation, as it represents a new requirement. This information is crucial for potential bidders responding to the Request for Proposal (RFP), as it indicates an open competitive environment without a previously established contractor.
    The document is a brief Q&A from a solicitation, W912PM25QA022, for a BEJ Crane. It clarifies that there is no incumbent for this requirement, indicating it is a new opportunity. This information is crucial for potential bidders in the context of government RFPs, as it signifies a fresh procurement with no existing contractor holding the position.
    The U.S. Army Corps of Engineers is seeking quotes for Crane Rental Services to conduct conduit inspections at the B. Everett Jordan Dam, scheduled for a maximum of five days between January 4, 2026, and March 1, 2026. This Request for Quote (RFQ), designated W912PM25QA022, is a small business set-aside under FAR Simplified Acquisition Procedures. Eligible offerors must be registered in SAM without exclusions and meet specific certification requirements for crane operators. A site visit is scheduled for August 14, 2025, at the dam's fishing tailrace area. Quotes must be submitted by August 27, 2025. The contract includes multiple line items related to crane rental, labor for operators, and per diem costs. The document specifies evaluation criteria, including meeting technical submissions and compliance with federal acquisition regulations. Overall, the solicitation emphasizes significant compliance requirements for safety certifications and operator qualifications, underpinning the Corps' commitment to adhering to federal standards while executing critical infrastructure inspections.
    Lifecycle
    Title
    Type
    BEJ Crane Rental Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is planning to issue a Request for Proposals (RFP) for operations and maintenance support services at the W. Kerr Scott Project in Wilkesboro, North Carolina. The procurement will encompass comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including recreation areas, trails, visitor centers, and government-owned equipment, ensuring the effective management of approximately 1,475 surface acres of reservoir and associated amenities. This opportunity is set aside for 8(a) participants in either the developmental or transitional stages, with the anticipated solicitation number W912PM26RA009 expected to be released around November 5, 2025. Interested contractors should contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or by phone at 910-251-4785 for further details.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    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.
    ACV-R Crane Integration
    Buyer not available
    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.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    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.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.