Lock and Dam 5 Gate Opener Remove and REplace
ID: W912ES26QA009Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the removal and replacement of the gate opener at Lock and Dam 5, located in Minnesota City, MN. This project involves specialized contracting services categorized under NAICS code 238990, which pertains to all other specialty trade contractors, and PSC code 5660, related to fencing, fences, gates, and components. The successful contractor will play a crucial role in maintaining the operational integrity of the lock and dam infrastructure, which is vital for waterway management and navigation. Interested contractors can reach out to Benjamin Knutson at benjamin.t.knutson@usace.army.mil or call 651-290-5418 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    LAC QUI PARLE EMERGENCY SPILLWAY REPAIR PHASE 2
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Phase 2 Emergency Spillway Repair project at the Lac Qui Parle Dam located near Montevideo, Minnesota. This construction project involves significant work, including the replacement of existing grouted riprap with a reinforced concrete spillway slab, removal and replacement of asphalt surfacing, and the establishment of a temporary flood protection system. The project is critical for maintaining the integrity of the dam and ensuring safety in the surrounding areas, with an estimated contract value between $5 million and $10 million. Interested small business concerns must submit their bids in accordance with FAR Part 14 sealed bidding procedures, and can contact Karl Just at karl.p.just@usace.army.mil or Kevin Henricks at kevin.p.henricks@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
    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.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Buyer not available
    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.
    Central City Bypass Channel North
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Central City Bypass Channel North project, currently under protest at the Court of Federal Claims. This opportunity involves construction services categorized under the NAICS code 237990, specifically focusing on the construction of canals as indicated by the PSC code Y1KB. The project is significant for enhancing local infrastructure and flood management capabilities. Interested contractors can access the solicitation and amendments via Projnet using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at alexander.g.rust@usace.army.mil for further information.
    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.
    Buyer not available
    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.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    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.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking contractors to construct a stream bridge to replace NRP-03 on the Fort McCoy installation. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is classified as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in federal contracting. The successful contractor will play a crucial role in enhancing infrastructure and ensuring safe transportation routes within the military installation. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process.