This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. The announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on www.sam.gov.
The solicitation number is N4008525Q0040 and is issued as a Request for Proposal (RFP). This is the only RFP for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions in effect through FAC 2025-06, effective August 27, 2025, and DFARS Publication Notice 20250719. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and https://www.acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 333923. This requirement is being procured as Small Business Set-aside.
Naval Facilities Engineering System Command (NAVFAC) Mid- Atlantic requirement: The contractor shall provide Original Equipment Manufacturer (OEM) repair parts for four (4) bridge cranes located at Naval Station Philadelphia. The successful offeror shall provide parts that meet or exceed all original manufacturer specifications.
The proposed contract action is for Crane Technologies OEM repair parts for bridge cranes, AE-137, AE-166, AE-22 and AE-23,which the Government intends to solicit and negotiate on a Sole Source basis to Crane Technologies Group, Inc., (CAGE: 3FMJ4), of 1954 Rochester Industrial Drive, Rochester Hills, MI 48309, under the authority of FAR 13.106-1 (2)(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The sole source nature of this requirement is based on the determination that Crane Technologies Group, Inc. is the only manufacturer capable of supplying required parts. Crane Technologies Group, Inc. is the OEM, and they are the manufacturer, in-house, components for their cranes. These components are required from this manufacturer so that the crane retains its original characteristics since these parts will retain original form, fit & function.
The contractor shall provide the supplies in accordance with the attached Performance Work Statement (See Attachment – PWS_RFQ N4008525Q0040)
The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered.
Attachments: Please refer to the following attachments for additional information:
I. Single Source Justification
II. List of Clauses and Provisions
Estimated Start Date: Approx. 05 days after award (or approximately 19 September 2025).
The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached clauses and provisions.
The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition. Unless the Offeror has not completed the annual representations and certification electronically, the offeror shall complete paragraph (c) through (v) of this provision in the attached clauses and provisions.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is included in the attached clauses and provisions.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition and all the applicable FAR clauses cited with this requirement are included in the attached clauses and provisions.
All clauses and provisions applicable to this requirement are included in the attached clauses and provisions.
The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.
This announcement will close at 2:00pm Eastern Standard Time on Wednesday 10 September 2025. All quotes shall be submitted via email to Darlene Tucker at darlene.h.tucker.civ.@us.navy.mil and can be reached at 757-341-0093.
Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.