WD Mayo Tainter Gate Repair
ID: W912BV25R0117Type: Presolicitation
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) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the WD Mayo Tainter Gate Repair project, which involves repairing tainter gates at the W.D. Mayo Lock and Dam in Oklahoma. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize a Best Value Trade Off (BVTO) procurement method, culminating in a firm-fixed price contract. The project is part of the McClellan-Kerr Arkansas River Navigation System and is significant for maintaining essential infrastructure. Interested bidders should note that the Request for Proposal (RFP) is expected to be released around April 4, 2025, with proposals due on or about May 4, 2025. For further inquiries, interested parties can contact Tyler Hastings at tyler.a.hastings@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) issued a pre-solicitation notice for the WD Mayo Tainter Gate Repair project, identified by solicitation number W912BV-25-R-0017. The notice, dated March 20, 2025, announces that proposals will be sought for repairing tainter gates at the W.D. Mayo Lock and Dam in Oklahoma, with a Request for Proposal (RFP) expected to be released around April 4, 2025. The contract is designed for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will follow a Best Value Trade Off (BVTO) procurement method, leading to a firm-fixed price contract. Interested bidders must access the RFP and amendments solely in electronic format, available through designated government websites. The NAICS code for this project is 237990, with a size standard of $45 million. The work is part of the McClellan-Kerr Arkansas River Navigation System. The exact period of performance is yet to be determined, and no costs will be reimbursed for information provided in response to this notice. This initiative reflects the government’s commitment to engaging with small businesses, particularly those owned by service-disabled veterans, in public infrastructure projects.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    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.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.