Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOLICITATION NOTICE

Z -- Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)

Notice Date
11/5/2025 2:47:08 PM
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF26RA004
 
Response Due
1/16/2026 2:00:00 PM
 
Archive Date
01/31/2026
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
 
E-Mail Address
chandra.d.crow@usace.army.mil, leanne.r.walling@usace.army.mil
(chandra.d.crow@usace.army.mil, leanne.r.walling@usace.army.mil)
 
Description
Construction/Supply Hybrid Contract: Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) The Northwestern Division is made up of five districts: Portland District (NWP), Seattle District (NWS), Walla Walla District (NWW), Kansas City District (NWK), and Omaha District (NWO). The Northwestern Division maintains 29 hydropower projects, 10 locks (navigation projects), and 82 flood risk management projects throughout the NWD area of responsibility (AOR). Task Orders will primarily be for the construction, rehabilitation, supply and replacement of various types of cranes, hoists, and lifting device equipment at Civil Works projects within NWD�s AOR. Project locations are within the states of Colorado, Idaho, Iowa, Kansas, Missouri, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. The equipment will include, but is not limited to, the following: Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons); Overhead Gantry Cranes (typical capacity may range from 15 tons to 480 tons); Underhung Monorail Cranes (typical capacity may range from 5 tons to 25 tons); Pedestal Cranes; Derrick Cranes (typical capacity may range from 10 tons to 200 tons); Below-the-Hook Devices; and Base/Wall Mounted Jib Hoists/Booms. Rehabilitation work may consist of constructing, repairing, replacing, and/or upgrading worn components of crane systems to make the equipment fully functional to support mission requirements. Components may include lifting beams and/or lifting devices, hoist machinery such as wire rope drums, speed reducers and open gearing, load brake systems, motors, brakes, wire rope, load blocks, load indicating systems (load cells), structural repairs, crane rails, crane access/egress and safety upgrades, operator cabs, painting, control systems (including variable frequency drives (VFDs) and programmable logic controllers (PLCs)), warning/alarm systems, electrical systems, rail feeders, and may include similar crane projects that fall under NAICS 238290. Rehabilitation and replacement crane work may require analysis, design, and documentation of requirements, stability, capacity uprating, loads tests, supporting and securing structures, and crane components by registered engineers. Activities may include metals-based paint (which includes lead), asbestos, and other hazardous material removal; painting; final inspections and testing services; and classification/ marking of final product. Work areas may be difficult to access, requiring entrance of confined spaces, traffic control, construction of scaffolding, or facilitation access by crane/lift. Task orders will be D-B-B or D-B in which the contractor is required to act as the Engineer of Record for the design and construction services. (See ER 1110-1-12, Paragraph 8-2). D-B-B task orders may include plans and specifications detailing the rehabilitation or replacement, which the Contractor may be required to provide manufacturing, installation, testing, training, submittals for approval, and incidental design. Rehabilitation and replacement efforts may include some or all of the following: design, manufacturing, fabrication, supply, installation, testing, and certification. Logistic support of individual tasks will include spares determination and inclusion and statements of intended availability of spare parts by the original equipment manufacturer. Task orders under the MATOC will fall under the following magnitudes with 100% performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 Between $25,000,000 and $100,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Performance and payment bonds will be required at the task order level. The solicitation will follow the Two-Phase Design-Build Selection Procedures as outlined in FAR Subpart 36.3. The resulting MATOC awards will be issued on a Firm Fixed Price basis. Task Orders awarded under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation documents for the Request for Proposal No. W912EF26RA004 will be posted to the Sam.gov website on or about November 20, 2025. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The solicitation is to be competed as Unrestricted. The small business size standard for NAICS Code 238290, Other Building Equipment Contractors is no more than $22,000,000 in average annual receipts. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. Important Note: The Sam.gov response date listed elsewhere in this synopsis is for the Sam.gov archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via Sam.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerers are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerer's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Sam.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the ""Add Me To Interested Vendors"" button in the listing for this solicitation on Sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with 1-551 stamp or attached INS Form 1-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form 1-151 or 1-551), Temporary Resident Card (INS Form 1-688), Employment Authorization Card (INS Form l-688A), Reentry Permit (INS Form 1-327), Refugee Travel Document (INS Form 1-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form l-688B). Send this information by email to cynthia.h.jacobsen@usace.army.mil and chandra.d.crow@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/15ceb8263b1a446fa749c51a2472252e/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN07635662-F 20251107/251105230038 (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.