SOLICITATION NOTICE
39 -- VFDs for bridge cranes
- Notice Date
- 12/18/2025 9:07:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S226U2385
- Response Due
- 1/5/2026 8:00:00 AM
- Archive Date
- 12/18/2026
- Point of Contact
- David Fortune, Phone: 9184206445
- E-Mail Address
-
david.c.fortune.civ@army.mil
(david.c.fortune.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Scope of Work Project Overview: Provide and install Variable Frequency Drives (VFDs) for two bridge crane hoists (Yale Hoists), ensuring compliance with electrical classification requirements: Class 1, Div. 1, Group D and Class 2, Div. 1, Groups E, F, and G. Both hoists are located indoors and have a hook height of approximately 30 feet. Specific model and serial numbers are as follows: Model: FEW30-31TR10D6 (1 of 2) Serial: CK2334RM (1 of 2) Level of Service The contractor shall provide a complete turnkey solution for the project. This service level includes providing all necessary labor, materials, equipment, and project management required for the successful installation and commissioning of the VFDs on the two specified bridge cranes. 2 additional enclosures will be required to be mounted to the frame of the bridge crane. The required site visit will determine optimal location. The final deliverable must be a fully operational and integrated system that is compliant with all standards mentioned herein. The contractor is expected to manage all project phases, from the initial site assessment to final documentation and training, ensuring minimal disruption to ongoing operations. 1. Site Assessment: Conduct an initial site assessment to evaluate the existing crane setup and electrical infrastructure. Identify any structural modifications required for the safe and secure installation of the new VFDs, controls, and associated protective enclosures. The contractor will be responsible for executing all necessary and approved structural modifications as part of the turnkey installation. Verify the electrical classification requirements and ensure all necessary safety measures are in place. 2. Equipment Procurement: Procure VFDs suitable for the specified electrical classifications and crane specifications. Ensure all equipment is certified for use in hazardous locations. Include specific model and serial number (FEW30-31TR10D6, CK2334RM) for one of the hoists. 3. Installation: Install VFDs on each of the two bridge cranes, following manufacturer guidelines and safety protocols. Ensure proper wiring and connections are made to integrate the VFDs with the existing crane control systems. Install necessary protective enclosures and grounding to meet the specified electrical classifications. 4. Testing and Commissioning: Perform initial testing of the VFDs to ensure proper functionality and integration with the crane systems. Conduct load testing to verify the performance and safety of the VFDs under operational conditions. Make any necessary adjustments or calibrations to optimize performance. 5. Documentation: Provide detailed documentation of the installation process, including wiring diagrams, equipment specifications, and safety compliance records. Submit final reports and test results to the project stakeholders. 6. Training: Provide training to crane operators and maintenance personnel on the operation and maintenance of the new VFDs. Ensure all personnel are familiar with the safety protocols and emergency procedures related to the VFDs. 7. Warranty and Support: Provide a warranty for the installed VFDs and offer ongoing support for any issues or maintenance needs. 8. Project Timeline: The period of performance for this contract is six (6) months, beginning March 1, 2026. All work, including site assessment, procurement, installation, testing, commissioning, and training, must be completed within this timeframe. The offeror must provide a detailed project timeline with milestones for each phase of the project that fits within this required period of performance. 9. Safety Compliance: Ensure all work is performed in accordance with relevant safety standards and regulations, including NFPA 70 (National Electrical Code) and OSHA requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6942e538fb344facaac348beaf3a872b/view)
- Place of Performance
- Address: McAlester Army Ammunition Plant; 1 C-Tree Road, Building 6; McAlester, OK 74501 74501
- Zip Code: 74501
- Zip Code: 74501
- Record
- SN07670285-F 20251220/251218230041 (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 |