SOLICITATION NOTICE
H -- Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
- Notice Date
- 12/2/2025 5:40:42 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
- ZIP Code
- 55101-1323
- Solicitation Number
- W912ES26QA013
- Response Due
- 12/24/2025 10:01:00 PM
- Archive Date
- 01/09/2026
- Point of Contact
- Scott E. Hendrix, Kenneth Eshom
- E-Mail Address
-
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. QA services for the LD5A will be required at the following locations: Johnson Machine Works 48899 Hy Vee Rd Chariton, IA 50049 Lock and Dam 5A W679 WI-35 Fountain City, WI 54629 QA services for the LD5A will be required at the following locations: G&G Steel Inc 15825 AL-243 Russellville, AL 35653 Warrior River Steel LLC 6275 Horsecreek Blvd Cordova, AL 35550 Required services include work associated with the following LD5A RGM and LD3&4 MGR activities: QA Inspection and Verification of Construction Contractor�s inspections; QA testing and inspection of steel repairs; QA testing and inspection of steel fabrication; QA inspections of Construction Contractor�s Painting Means and Methods; QA inspections of coatings; and Review and Response to applicable requests for information (RFI) and submittals. It is anticipated that this project will be solicited mid to late December 2025. All dates are tentative and for planning purposes only. The North American Industry Classification System (NAICS) code for this project will be 541380; Testing Laboratories and Services with a size standard of $19.0 Million. The resulting contract shall be a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year period of performance and four (4) option years. The solicitation shall be set-aside for Small Business. The solicitation will be a request for quote (RFQ) and will be evaluated using Lowest Price, Technically Acceptable (LPTA) evaluations in accordance with FAR 15.101-2. This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFP. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/370e081b429f44be9641b42ea387595a/view)
- Place of Performance
- Address: Fountain City, WI 54629, USA
- Zip Code: 54629
- Country: USA
- Zip Code: 54629
- Record
- SN07654853-F 20251204/251202230037 (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 |