- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Mud Mountain Dam Fish Passage Facility Mini Spider Crane
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 03, 2026. Industry: NAICS 333120 • PSC 3810.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333120 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333120
Description
PURCHASE DESCRIPTION
Spider Crane for Mud Mountain Dam Fish Passage Facility
DESCRIPTION OF PURCHASE: Supply a spider type crane and listed attachment that meet the specifications of this document, all Federal, State and Local regulations and all applicable industry standards.
LOCATION:
Mud Mountain Dam (MMD) Fish Passage Facility is in Southeast King County on the White River. The physical address for the MMD Fish Passage Facility is 25305 SE Mud Mountain RD, Enumclaw, WA 98022. For site location, see Image 1 of this document.
1. PURPOSE:
A spider type crane is required for inspection, maintenance and repair of the fish passage facility. The crane may be positioned on top of the bridge deck to transport material to spaces below and positioned in the presort and crowding pools to move materials for their maintenance and repair. An aerial platform attachment is required to access elevated locations for inspection, maintenance and repair.
GENERAL REQUIRMENTS:
1. Items purchased under this contract will be delivered to the location identified in Section 2 of this document. Delivery of equipment must occur during the normal facility operating hours of 7:00 a.m. and 4:00 p.m. Monday through Friday. The staff shall be notified at a minimum 5 business days prior to the delivery occurring. The number for the Dam is 206-764-3514. The POCs for the delivery is Casey Butcher. No delivery shall occur on Federal Holidays.
2. Materials will be inspected at the delivery point prior to acceptance. Contractor shall be responsible for maintaining the product’s condition as specified until the point of acceptance. New equipment only; no remanufactured or “gray market” items.
3. One year warranty must be provided against any product malfunctions and defects in material or workmanship that affects the performance of the product.
4. Manufacturers’ extended warranties to the Government.
5. One day of onsite, 8 hours, hands on training must be provided for the operation of the crane and attachments.
6. Three copies of parts and service manuals for all operating machinery including any accessories/attachments not supplied by crane manufacture.
ITEMS TO SUPPLIED:
1. Base Item 0001 –Provide a self-propelled track mounted mini-crawler crane with “spider” type articulated outrigger legs.
Performance:
- Lifting capacity at least 6,400 lbs
- Tip height at least 30 ft
- Retracted boom length less than 8.5 ft
- Minimum working radius of less than 2 ft
- Maximum working radius of at least 27 ft
- Capable of 360-degree continuous rotation
- Four articulated outriggers
- Collapsed width of 2.5 ft or less
- Maximum weight 4,600 lbs
- Capable of climbing hills of 18% grade
- Propelled by rubber tracked crawlers
Power and control:
- Electric powered
- Equipped with AGM batteries and capable of travelling for at least 30 minutes on battery power
- Capable of operation when powered through an 110V electric cable at least 90 ft long
- Capable of control through wireless radio remote
Hoisting and safety:
- Anti-two-block system
- Emergency stop button
- Overwinding autostop
- Automatic winch brake
- Overturn monitoring system
- Base Item 0002 – The following attachment must be supplied along with the crane. Contractor must supply and provide instruction for installation and operation.
Aerial platform:
- Pins to tip of boom, not hung from wire
- Gravity hung and self leveling
- Maximum capacity 300 lbs
- 360 degree rotation
- DELIVERY DATE:
- Contractor must deliver the crane and attachment to the MMD Fish Passage Facility within 2 months of receipt of order. Delivery must be made between the hours of 7am-3pm, Monday-Friday. Contact facility one week in advance to schedule delivery.
POINTS OF CONTACT:
Delivery – Casey Butcher
U.S. Army Corps of Engineers
25305 SE Mud Mountain RD
Enumclaw, WA 98022
Phone: (206) 316-3024, (206) 764-3514
Casey.J.Butcher@usace.army.mil
Project Manager – Michael Diddams
U.S. Army Corps of Engineers
30525 SE Mud Mountain Rd
Enumclaw WA 98022-8010
(206) 966-9974
Michael.A.Diddams@usace.army.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.