Lock & Dam 5A Routine Gate Maintenance Quality Assurance Services
ID: W912ES25QA009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- CONSTRUCTION AND BUILDING MATERIALS (H256)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Quality Assurance (QA) services for Routine Gate Maintenance at Lock and Dam 5A in Fountain City, Wisconsin. The procurement involves overseeing inspections and ensuring the quality of construction work performed by another contractor, including tasks such as QA inspections of steel repairs, painting methods, and compliance with safety standards. This initiative is critical for maintaining the structural integrity and operational efficiency of the dam, with a contract value of approximately $19 million and a performance period from June 1, 2025, to May 31, 2026, including options extending to December 2028. Interested small businesses must submit their proposals, including qualifications and past performance documentation, to Contract Specialist Justin H. Rose at justin.h.rose@usace.army.mil by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation seeks proposals for Quality Assurance (QA) and Quality Control (QC) services related to steel-based construction projects, particularly for highway bridges and similar structures. Evaluations will consider three main factors: Technical qualifications of key personnel, Past Performance, and Price. Offerors must provide documentation proving their key personnel’s qualifications, including specific certifications related to coating and inspection work, along with a recent project portfolio showcasing relevant experience in QA/QC services. A minimum of three relevant projects must be submitted for assessment, with specific inspection techniques and compliance standards outlined. Past performance inquiries will validate the work quality through the Contractor Performance Assessment Reporting System (CPARS), and any past organizational changes must be disclosed. The evaluation will employ a comparative process, emphasizing the best overall value rather than solely the lowest price, allowing for the selection of quotes that offer additional benefits not explicitly required in the solicitation. This initiative is part of broader federal efforts to ensure high-quality standards and compliance in construction projects.
    The document outlines the submission requirements for a solicitation issued by the U.S. Army Corps of Engineers, St. Paul District, specifically tailored for small businesses. Offerors are instructed to direct all inquiries to Contract Specialist Justin Rose via email. Submissions must include a completed SF 1449 form or a letter of acknowledgment of the solicitation's terms. Pricing must be quoted in whole penny amounts, and the attached pricing schedule will govern. Offerors can submit their quotes via email or by mail to the specified address. Registration in the System for Award Management (SAM) is mandatory for participation. The document also provides contact information for support regarding SAM registration, emphasizing assistance through local and national resources. This solicitation seeks to engage small businesses in federal contracting, ensuring compliance with regulations and guidelines pertinent to government RFPs and grants.
    The Offeror Submission Form is a standardized document for assessing qualifications of key personnel and relevant project experience in response to government RFPs. It specifically requires detailed information about Coating & Paint Inspectors, including certifications such as Coating Inspector Program (CIP) Level 2 and Supervisor/Competent Person Training for Deleading and Hazardous Coatings Removal. The form mandates the submission of narratives describing experience in coating system inspection and testing, along with certification documents. Additionally, the offeror must provide documentation for 3 to 6 relevant projects completed in the past 15 years, focusing on quality assurance and control for steel construction projects. Each project submission requires comprehensive details, including project descriptions, codes utilized, and non-destructive inspection techniques applied. The form emphasizes that at least one project must demonstrate specific quality control practices for steel coatings and lead paint abatement. This submission format ensures the evaluation process meets strict standards while allowing for compliance with governmental contracting requirements. It aids in validating an offeror's capability to adhere to safety and quality protocols in significant construction projects, particularly in sectors involving steel frameworks and hazardous materials management.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is a tool designed to evaluate contractor performance for federal contracts. It captures comprehensive information regarding the contractor's details, contract specifics, project descriptions, and client evaluations. Contractors must fill out relevant sections, including their role (prime or subcontractor), contract type, and final pricing. The questionnaire emphasizes the relevance of previous work to current proposals. Clients are responsible for completing their evaluation, rating the contractor using a system ranging from Exceptional (E) to Unsatisfactory (U) in various performance categories like quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and security. The results are essential for potential government contracts as they reflect past performance and influence future award decisions. The completed PPQ should be directly submitted to the contractor, who will include it with their proposal submission, allowing potential verification by the government. This structured approach ensures that contractors demonstrate reliability and competence to meet federal and state requirements in job performance.
    The document outlines the Schedule of Services for Quality Assurance (QA) related to the Routine Gate Maintenance at Lock and Dam 5A. It details a series of Contract Line Item Numbers (CLINs) encompassing various inspection and review services, including the development of a QA Inspection Plan, numerous submission and Request for Information (RFI) reviews, and multiple maintenance inspections for roller gates and end shields across several option periods. The schedule specifies quantities and units of measure for each type of service, suggesting an organized approach to ensuring compliance with maintenance standards. This structure supports a systematic evaluation of services provided, emphasizing the critical role of QA in infrastructure maintenance. Overall, the document serves as a foundational reference for potential contractors looking to fulfill the RFP while maintaining federal and local regulations for gate maintenance operations.
    The U.S. Army Corps of Engineers (USACE) seeks Quality Assurance (QA) Services for Routine Gate Maintenance at Lock and Dam 5A in Fountain City, WI. The contractor will oversee inspections and quality of construction by another contractor working under a separate contract. Key tasks include rehabilitating roller gates, bulkheads, and conducting thorough inspections and reports on construction contractor's work. The contractor must prepare a QA inspection plan, coordinate site visits, and review submittals, ensuring compliance with various construction and safety standards, including those from organizations like AWS and ASTM. Key personnel must possess relevant certifications, including Coating Inspectors and Weld Inspectors with a substantial background in steel repair. The contract emphasizes detailed inspections and written reports for observed deficiencies, with strict guidelines for substituting personnel. Payments will be made based on specific milestones achieved during the maintenance work, highlighting the importance of QA in ensuring structural integrity and adherence to contractual and safety standards throughout the project.
    The document outlines a solicitation for commercial products and services aimed at promoting women-owned small businesses (WOSBs), specifically for a project associated with the Lock & Dam 5A Routine Gate Maintenance Quality Assurance Services. Key details provided include the award amount of USD 19 million, the performance period from June 1, 2025, to May 31, 2026, and additional option years extending to December 2028. The contractor is to deliver quality assurance inspections, testing, and verifications for construction contractors involved in steel repairs and paint applications at the specified location in Fountain City, WI. The document details procurement procedures including payment terms, contractor responsibilities, compliance with federal regulations, and various clauses related to laws governing federal contracts. The evaluation criteria emphasize technical qualifications and past performance, indicating that these factors hold significant weight alongside pricing considerations. This solicitation aligns with U.S. government initiatives to empower WOSBs, emphasizing the commitment to inclusivity and economic development. Overall, the document serves as a structured guide for the RFP process, clearly outlining expectations for potential offerors within the framework of federal contracting requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom 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.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    W91237-26-R-A006 Service Gate Well Recess Repair at Beach City Dam in Beach City, Ohio
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the repair of the Service Gate Well Recess at Beach City Dam in Beach City, Ohio, under Solicitation Number W91237-26-R-A006. The project involves specialized repair services, emphasizing the importance of maintaining the structural integrity and functionality of the dam, which is critical for local water management and safety. Interested contractors should note that a site visit is scheduled for December 19, 2025, at 9:00 AM, and must adhere to safety requirements, including wearing safety shoes, protective eyewear, and hard hats. For further inquiries, potential bidders can contact Brittani Stowers at brittani.l.stowers@usace.army.mil or Kristen Smith at kristen.n.smith@usace.army.mil.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.