Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2025 SAM #8661
SOLICITATION NOTICE

39 -- CRANE PLATFORM

Notice Date
8/11/2025 11:12:21 AM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM125Q0151
 
Response Due
8/14/2025 12:00:00 PM
 
Archive Date
08/29/2025
 
Point of Contact
MONICA RICHARDSON
 
E-Mail Address
monica.richardson@dla.mil
(monica.richardson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) are as follows: 0001 50-TON CRANE PLATFORM QTY: 2 U/I: EA MANUFACTURER ROLLASTEP MFR MODEL: CUSTOM MP72 PCA20240627.220114.V1-A DWG #: 261987-CE1 REV 0, DWG #: 261987-CE2 REV 0, DWG #: 261987-CE3 REV 0, DWG #: 261987-CE4 REV 0 Common nomenclature (commercial description): MP Series Mobile Work Platform Kind of material (i.e., type, grade alternatives, etc.): Aluminum Electrical data, if any: NA Dimensions, size, capacity: Dimensions / Size � See Attached Sheet. Capacity - 300 pounds Principal of operation: Platforms are rolled into place around heavy mobile equipment to provide passive fall protection. Restrictive environmental conditions: Must be weather resistant to support outdoor operation. Asphalt and gravel lots. Intended use (i.e., location within assembly, essential operating conditions, etc.): Key characteristics: Aggressive nonslip surface OSHA compliant full-sized handrails with toe boards Removable handrails to allow for job specific reconfiguration 360� swiveling casters with wheels capable of rolling easily on asphalt and gravel Foot operated wheel locks for ease of set up Corrosion resistant for outdoor use and storage 3� wide platform to allow for multiple users Lightweight construction to allow for movement by a single user 0002 100-TON CRANE PLATFORM QTY: 2 U/I: EA MANUFACTURER ROLLASTEP MFR MODEL: CUSTOM MP72 PCA20240627.220114.V1-B DWG #: 261987-A1 REV -, DWG #: 261987-A2 REV -, DWG #: 261987-A3 REV -, DWG #: 261987-A4 REV � Common nomenclature (commercial description): MP Series Mobile Work Platform Kind of material (i.e., type, grade alternatives, etc.): Aluminum Electrical data, if any: NA Dimensions, size, capacity: Dimensions / Size � See Attached Sheet. Capacity - 300 pounds Principal of operation: Platforms are rolled into place around heavy mobile equipment to provide passive fall protection. Restrictive environmental conditions: Must be weather resistant to support outdoor operation. Asphalt and gravel lots. Intended use (i.e., location within assembly, essential operating conditions, etc.): Key characteristics: Aggressive nonslip surface OSHA compliant full-sized handrails with toe boards Removable handrails to allow for job specific reconfiguration 360� swiveling casters with wheels capable of rolling easily on asphalt and gravel Foot operated wheel locks for ease of set up Corrosion resistant for outdoor use and storage 3� wide platform to allow for multiple users Lightweight construction to allow for movement by a single user The requirement will be solicited as a total small business set aside, BRAND NAME ONLY. The NAICS code applicable to this procurement is 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing with a size standard of 1,250 employees. The Product Service Code is 3990. The anticipated delivery date for this acquisition is 8 weeks after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE. The solicitation number is SPMYM125Q0151 and it is expected to be available on or about 11 August 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 3:00 PM EST on 14 August 2025. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson as monica.richardson@dla.mil Please make sure that the solicitation number (SPMYM125Q0151) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register on the interested vendor list under SPMYM125Q0151. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b83ea64230e541b98aed968d8a33dcaf/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07545340-F 20250813/250811230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.