Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 7 PM
Sources Sought
Saint paul Minnesota

SeaTrax Crane Retrofit

Details

Solicitation ID W912ES25SS0005
Posted Date 01 Jul 2025 at 7 PM
Response Date 11 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W07v Endist St Paul
Agency Department Of Defense
Location Saint paul Minnesota United states 55101

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Urs Federal Services Incorporated

Annapolis Germantown Gaithersburg

Crane Company

Burbank Warrington Bolingbrook Saint louis Norwalk Richardson Norristown Elyria Plano

H&e Equipment Services Incorporated

Phoenix Baton rouge Bakersfield Belle chasse Tucson Alexandria

Sign up to access Documents

Signup now

THIS IS NOT A SOLICITATION ANNOUNCEMENT. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act.  Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.

The U.S. Army Corps of Engineers, St. Paul District Contracting Division, is anticipating an upcoming requirement to retrofit a Seatrax S9022 series lattice boom crane, serial number: 4591, and is seeking interested sources from all business concerns that are capable of providing the material required. The project description is as follows (current crane and system are no longer under warranty): 

  1. Upgrade an existing CCM 7000 to a new Programmable Logic Controller (PLC) which would be crane (Serial number) specific.  This includes the touchscreen and all required hardware for the upgrade, touchscreen, mounting bracket, enclosure, connectors, glands, etc.

  1. Upgrade to PLC, this includes the update of PLC, input & output, interface, and analog modules.

  1. Wired loadcell conversion, this includes both main and aux wired loadcells, all required hardware, junction boxes, connectors, glands, and cabling.

  1. Technician to verify that current crane systems, including proportional valve, will fully integrate and be fully compatible with CCM 7000 upgraded PLC

  1. Provide both paper and electronic manuals to the customer for the retrofit upgrade equipment.

  1. Once the new system is installed the technician will test the entire system for function.  When the system is determined to be working within the manufacturers specification the contractor will provide or coordinate to have specific supplies necessary to conduct the required load test to ensure retrofitted crane is in compliance with EM 385-1-1 Safety and Health Requirements manual, and ASME B30 standards.

  1. When the retrofitted system has successfully passed the load test, technicians will provide training to Corps personnel on its use.

  1. Retrofit and all required testing shall be completed by March 31, 2026.

  1. Location of Service: Installation will be completed at a Corps of Engineers facility along the Mississippi river within the St. Paul District.

  1. CompactLogix series PLC is known to meet specifications.

           

The North American Industry Classification System (NAICS) code is 333120 with a small business size standard of 1,250 employees. This is not a request for proposals, but instead market research to determine interested sources and capability prior to issuing the solicitation.  The purpose of this Sources Sought Notice is to obtain an indication of capability information regarding compatibility and integration with SeaTrax Crane operating systems. Questions USACE is interested in determining are:

        1. What brands or manufacturers of PLC units are fully compatible and integrate with SeaTrax cranes?
        2. Is the integration and/or programming proprietary to SeaTrax?
        3. Are specialty tooling, hardware, or software required for this upgraded product which requires authorized personnel to perform?
        4. If yes to question 3, who would “authorized personnel” be?

If you are an interested concern, please provide the following information: 

1.) Business name and Point of Contact;

2.) UEI number and/or CAGE code;

3.) Indication of business size (large, small) and small business status if applicable (ie. HubZone, 8(a), SDVOSB, etc.); and

4.) A brief Statement of Capability which states the ability to meet the requirements of integration and compatibility described above and answer the above questions.

Electronic responses are preferred and telephonic requests for information will not be honored.  No requests for capability briefings will be honored as a result of this notice.  Information provided will not be used as a part of any subsequent solicitation requirement.  Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature.  A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government.  Responses are due no later than 3:00 p.m., Central Time, on July 11, 2025, to the attention of Karl P. Just, Contract Specialist, via e-mail to [email protected].

Similar Opportunities

Fergus falls Minnesota 18 Jul 2025 at 10 PM
Colorado 24 Jul 2025 at 4 AM (estimated)
Pittsburgh Pennsylvania 05 Jul 2025 at 2 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
Fort bliss Texas 09 Jul 2025 at 7 PM

Similar Awards

Hastings Minnesota Not Specified
Fountain city Wisconsin Not Specified
Falcon North carolina 29 Sep 2009 at 3 PM
La crescent Minnesota 16 Sep 2011 at 2 PM