W.D Mayo Tainter Gate
ID: W912BV25R0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of Tainter Gates at the W.D. Mayo Lock and Dam, located in Oklahoma as part of the McClellan-Kerr Arkansas River Navigation System. Contractors will be responsible for a comprehensive range of repairs, including structural inspections, component replacements, surface preparation, and painting, with the requirement that they perform at least 15% of the total work using their own resources. This project is critical for maintaining infrastructure essential for navigation and flood control in the region. Interested parties should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details, and must adhere to the submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for the repair of Tainter Gates at the W.D. Mayo Lock and Dam, located on the Arkansas River in Oklahoma, managed by the US Army Corps of Engineers. It details an amendment (No. 3) to the original solicitation, which updates the statement of work (SOW) and includes key changes such as a revised Table of Contents and new appendices for elevation and inflow data. Contractors are tasked with a comprehensive range of repairs, including structural inspections, removal and replacement of components, surface preparation, and painting of the Tainter Gates. Detailed guidelines for submissions, safety requirements, access protocols, and project timelines are specified. The document underscores the importance of compliance with safety standards and project scheduling requirements, with emphasis on collaboration between the contractor and government oversight throughout the project lifecycle. This initiative reflects the government's commitment to maintaining infrastructure critical for navigation and flood control in the region.
    This document serves as Amendment 0004 to a federal solicitation or contract, updating the FAR Clause 52.236-1 concerning the "Performance of Work by the Contractor." The main change requires contractors to perform at least 15% of the total work with their own resources, rather than allowing this clause to be incorporated by reference. Contractors must acknowledge receipt of this amendment as it is essential for maintaining the validity of their offer. The Point of Contact for the changes is Tyler Hastings from the US Army Corps of Engineers, and all other terms and conditions of the original contract remain unchanged. This amendment underscores the government's commitment to ensuring that contractors meet a minimum level of participation in the projects they are contracted to complete, thereby enhancing accountability and oversight in federal contracting processes.
    Lifecycle
    Title
    Type
    W.D Mayo Tainter Gate
    Currently viewing
    Solicitation
    Similar Opportunities
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    Broken Bow Powerhouse Roofing Project
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking contractors for the Broken Bow Powerhouse Roofing Project, which involves a Design-Build (D-B) contract for roofing replacement at the Mountain Fork River site in Broken Bow, Oklahoma. Contractors will be responsible for all aspects of the project, including site investigation, design, materials procurement, labor, and management to fulfill the contract requirements. This project is crucial for maintaining the integrity and functionality of the facility's roofing system. Interested contractors can reach out to John Lindblom at john.e.lindblom@usace.army.mil or call (918) 669-7109 for further details and to express their interest in this opportunity.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the fabrication and delivery of lower miter gates and spare parts for the Coffeeville Lock as part of the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The procurement involves providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs. The contractor will also be responsible for the removal of the old gates via barge at the time of delivery. This opportunity is a total small business set-aside under NAICS code 332312, with a size standard of 500 employees. The solicitation package is expected to be available for download on or about December 19, 2025, and interested parties should monitor the website https://piee.eb.mil for updates. For further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide 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. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    Red River Gate Attendant Services Round 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Gate Attendant Services in the Red River Area, covering various locations in Oklahoma and Texas. This procurement involves providing services at four anticipated purchase order sites: Hugo Lake (Kiamichi Park and Virgil Point), Sardis Lake, and Pine Creek Lake, aimed at enhancing recreational facility operations. The opportunity is set aside for small businesses under the SBA guidelines, with the solicitation number W912BV26QA013. Interested vendors can reach out to Kordel Tyler at kordel.m.tyler@usace.army.mil or Ryan Kelley at ryan.j.kelley@usace.army.mil for further details.
    Sources Sought Notice - Broken Bow Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Tulsa District, is conducting market research for a Design-Build (D-B) contract focused on the replacement of the roofing at the Broken Bow Powerhouse in Oklahoma. The selected contractor will be responsible for all aspects of the project, including site investigation, design, material procurement, labor, and management to ensure the successful completion of the roofing replacement. This project is critical for maintaining the structural integrity and operational efficiency of the facility, which is located in McCurtain County. Interested contractors can reach out to John Lindblom at john.e.lindblom@usace.army.mil or by phone at (918) 669-7109 for further details.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Fort Gibson Powerhouse Roof Replacement, Oklahoma
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W076 Endist Tulsa office, is seeking contractors for a Design-Build contract to replace the roof of the Ft. Gibson Powerhouse in Oklahoma. The project entails a comprehensive scope of work, including the design and construction of a new 2-ply Modified Bituminous Membrane roof system, installation of new roof drainage, and potential additions such as guard rails and roof ladders. This procurement is critical for maintaining the structural integrity and functionality of the facility, ensuring it meets operational standards. Interested contractors should contact Miguel Martinez at miguel.a.martinez2@usace.army.mil for further details regarding this opportunity.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.