W912QR25QA084 - Smithland L&D Worm Gear Box Supply
ID: W912QR25QA084Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing (333612)

PSC

MISCELLANEOUS POWER TRANSMISSION EQUIPMENT (3040)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the supply of gear boxes, an electric motor, brake, couplings, and associated hardware for the Smithland Locks and Dam in Brookport, Illinois. This procurement is a 100% small business set-aside, requiring contractors to provide all necessary labor and materials in compliance with the specified technical requirements and quality assurance standards. The goods are critical for the operation and maintenance of the dam's infrastructure, ensuring efficient power transmission and reliability. Quotes are due by October 8, 2025, at 10:00 AM Eastern Time, and interested parties should contact Adyson Medley at adyson.medley@usace.army.mil for further information.

    Files
    Title
    Posted
    This document outlines the mandatory electronic submission process for proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, emphasizing that no physical copies will be accepted. Offerors must register in PIEE as a Vendor or Contractor with an active SAM registration and their CAGE code. Detailed instructions are provided for both PIEE registration, including specific role selection as 'SOL-Solicitation' and 'Proposal Manager,' and for the electronic submission of proposals within the module. The document also specifies file size limitations, requiring large files to be broken down, and a strict naming convention: 'SOLICITATIONNUMBER_FIRMNAME_VOLUME_I/II.' It mandates clear indexing and logical organization of files, a minimum font size of 11, and letter-sized pages. Proposals must be in narrative format, adhering to the order and format of evaluation factors. Offerors are advised to upload files well in advance of the deadline, as late submissions will be processed according to FAR 15.208. Files must be in native formats (e.g., doc, xls, ppt) or searchable PDF, readable by Microsoft Office or Adobe applications, with unlocked spreadsheet cells. Information requiring safeguarding from disclosure must be identified per FAR 52.215-1. Support links for PIEE training are also provided.
    The provided document, titled "PRICE BREAKOUT SCHEDULE," is a standardized form for outlining the cost of a specific item within a government procurement context. It details a single line item, "Delroyd Worm Gear Duplicate SN: 114007," with a quantity of one unit. The form includes fields for unit price and total amount, which are left blank for completion. This document serves as a clear, itemized pricing structure, essential for transparency and detailed cost analysis in federal, state, or local government RFPs and grants.
    This government solicitation, W912QR25QA084, focuses on procuring a "Smithland L&D Sole Source Worm Gear Box Supply" through a Request for Quote (RFQ) process. It outlines standard contractual terms, including clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key provisions include requirements for item unique identification and valuation (DFARS 252.211-7003), adherence to various federal laws and executive orders related to business conduct, labor standards, and supply chain integrity. The document also details specific representations and certifications required from offerors, particularly concerning small business status (including Women-Owned Small Business concerns), Buy American provisions, and responsibility matters. Critical attachments include Special Instructions, a Price Breakout Schedule, and a Scope of Work. Offers are due by September 22, 2025, at 10:00 AM EST, and must include a completed Price Breakout Schedule for evaluation.
    Amendment 0001 to Solicitation W912QR25QA084 for a worm gear box supply at Smithland Locks and Dam extends the due date for offers to October 8, 2025, at 10:00 AM. This extension is attributed to a lack of competition. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by the US Army Corps of Engineers, Louisville District, on September 24, 2025.
    This document outlines the scope of work and technical specifications for replacing gearboxes at the Smithland Locks and Dam. The contractor must provide all necessary labor and materials, including gearboxes, an electric motor, brake, couplings, and associated hardware, within four months of the award notice. Technical questions should be directed to Cameron Harris, and deliveries to Kelly Winders at the Smithland Locks and Dam. The primary requirement is a Delroyd Worm Gear Duplicate SN: 114007 with specific ratios, service factors, input/output specifications, and an immersion heater. The document also details rigorous quality assurance, material testing, nondestructive testing, workmanship, and quality control requirements. All contractor and subcontractor employees requiring site access must undergo a favorable background investigation in accordance with HSPD-12, with annual renewals for contracts exceeding one year. Special procedures and extended approval times are in place for foreign nationals, requiring Headquarters USACE Foreign Disclosure Officer approval. Security requirements are subject to change, and contractors are encouraged to work closely with the Louisville District Security Office for timely processing of all necessary forms.
    This Request for Quote (RFQ) is a 100% small business set-aside for contractors to provide labor and materials for gear boxes, an electric motor, brake, couplings, and associated hardware for the United States Corps of Engineers at Smithland Lock and Dam in Brookport, IL. The NAICS code is 333612 with a 750-employee size standard. Payment will be via Electronic Funds Transfer (EFT). One award will be made based on the lowest price. Quotes are due by 10:00 AM Eastern Time on September 22, 2025, and must be submitted electronically to Adyson Medley at adyson.medley@usace.army.mil. All contractors must be registered in the System for Award Management (SAM.gov) prior to submission, and new registrations can take several weeks. Registration is free, and information regarding the process is available on the SAM.gov FAQ page.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    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.
    Bonneville Powerhouse 1 Station Service Air Dryers Purchase
    Buyer not available
    The U.S. Army Corps of Engineers (COE) is seeking proposals from qualified small businesses to supply and install two Zeks Model 800 HSG air dryers at the Bonneville Lock and Dam in Cascade Locks, Oregon. This procurement aims to replace the out-of-service air dryers that are critical for the operation of recently replaced air compressors, ensuring continued support for essential power generation equipment. The contract, estimated at $56,710.00, requires delivery within 30 days of award and includes provisions for a factory-trained technician to assist with start-up, along with warranties for the equipment. Interested vendors should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with proposals due in accordance with the solicitation guidelines.
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    30--SHAFT,WORM WHEEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the SHAFT, WORM WHEEL (NSN 3040011181141). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable mechanical power transmission equipment in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
    Power Distribution Box Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of seven Power Distribution Box Assembly units (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a firm fixed-price contract. This opportunity is set aside exclusively for small businesses and includes an option for an additional seven units, with specific requirements for military packaging and preservation, as well as compliance with export control regulations. The goods are critical for military operations, necessitating adherence to strict inspection and acceptance protocols at the origin, with delivery to the Blue Grass Army Depot in Richmond, KY. Interested parties must submit their offers electronically by December 4, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialists George Campbell and Catherine Castonguay via their provided email addresses.
    61--MOTOR,ALTERNATING C
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the Alternating Current Motor (NSN 6105011733193). This solicitation is a Total Small Business Set-Aside, aimed at sourcing motors that are critical for various military applications and operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for seven days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's website.
    61--MOTOR,DIRECT CURREN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the Direct Current Motor (NSN 6105012461658). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the Motor and Generator Manufacturing industry (NAICS Code 335312). The motors are critical components for various military applications, emphasizing the importance of reliable power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 378 days after the award date.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    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.
    61--ROTOR,MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the rotor motor (NSN 6105012093425). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential components for electric wire and power distribution equipment, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with quotes due within 137 days after the award date.