Skip to main content

An official website of the United States government

You have 2 new alerts

Manitowoc 14000 Repair

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Oct 22, 2024 12:46 pm CDT
  • Original Date Offers Due: Nov 04, 2025 11:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 19, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J038 - MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Fountain City , WI 54629
    USA

Description

Scope of Work
Manitowoc 14000 Repair
W912ES25Q0006


1. General Information.
a. The intent of this scope is to solicit quotes to repair a Manitowoc 14000 lattice crane, serial
number 14001124.
b. The quote will need to cover the parts, parts installation, required fluids, and clean up.
Repairs will be completed at the Fountain City Service Base in Fountain City, WI no later than
05/01/2025.
c. The Corps of Engineers reserves the right to inspect the equipment at any time during the
rebuild process.
d. The only work authorized is identified in this Statement of Work (SOW). Any additional repairs
identified during the repairs must be approved by the contracting office and are required to have prior
written approval from the Contracting Office before the work begins.
e. All work shall be completed by an OEM authorized repair facility.


2. Specific Information.
Below are the requirements for the requested repairs and known issues. All items will be returned to
OEM specifications from the manufacture, with no exceptions.


a. Replace worn boom joystick due to excessive play.
b. Replace EDC control on winch 1 pump due to sticking in upward movement.
c. Disassemble and replace brake discs in winch 1 due to brake slipping under high pressure
W912ES25Q0006
Page 5 of 53
d. Perform calibrations on pumps and controllers to reset once new controls and brake is
repaired.
e. Perform the required load tests. Load testing will be completed in accordance with EM
385-1-1 Safety and Health Requirements manual, and ASME B30 standards. Any
questions regarding these requirements can be directed to the Contract Specialist or
Contracting Officer.
f. Complete the 2,000-hour checks and services in accordance with the
manufactures service manual.

3. Required Parts.
Part#            Description           Quantity
810087530   CONTROLLER        1
7041710       VALVE                      1
9722220261 O-RING                    3
9722220560 O-RING                    1
3526830       PLATE                    13
3526840       FRICTION DISC    13
5963780       O-RING                   2
5963750       RING WEAR           1
6229580       SEAL GLYD RING  1 
6229590       SEAL GLYD RING  1
5963760       RING WEAR           1
6229500       OIL SEAL                1

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History