Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
ID: W912ES26QA013Type: 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

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), St. Paul District, is seeking contractors to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance and the LD 3 and 4 Miter Gate Fabrication projects. The contractor will be responsible for QA inspections, testing of steel repairs and fabrication, coating inspections, and reviewing requests for information (RFIs) and submittals, ensuring compliance with industry standards and safety regulations. These services are critical for maintaining the integrity and functionality of essential infrastructure components, with a contract value ranging from $10,000 to $1.5 million over a performance period from February 1, 2026, to January 31, 2031, including four option years. Interested vendors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details and must ensure registration in the System for Award Management (SAM) prior to submitting proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE), Saint Paul District (MVP) is soliciting Quality Assurance (QA) Services for two projects: Lock and Dam 5A Routine Gate Maintenance (LD5A RGM) and Lock and Dam 3 & 4 Miter Gate Replacement (LD3&4 MGR). The contractor will provide QA for construction and fabrication work, including inspections, testing of steel repairs and fabrication, coating inspections, and review of requests for information. Key responsibilities include developing QA inspection plans for both contracts, performing on-site inspections for welding, coating, bolted connections, diagonal tensioning, and dimensional verification, and submitting detailed reports. The contractor must possess expertise in structural steel repair, fabrication, and protective coatings, with personnel holding specific certifications in coating, welding, bolted connection, and non-destructive testing. Travel to various fabrication shops and the Lock and Dam 5A site is required. Payment will be made per completed inspection, review, or trip.
    This government solicitation, W912ES26QA013, is an Indefinite-Quantity contract for Quality Assurance Services related to Lock and Dam (LD) 5A Gate Maintenance and LD 3&4 Gate Fabrication. The contract has a minimum value of $10,000.00 and a maximum of $1,500,000.00, with individual task orders ranging from $10,000.00 to $300,000.00. The performance period is from February 1, 2026, to January 31, 2031, including four option years. Key requirements include adherence to security protocols, E-Verify program participation, specific insurance coverages (Worker's Compensation, General Liability, Automobile Liability), compliance with wage determinations for multiple states (Minnesota, Wisconsin, Iowa, Mississippi, Alabama), and safety regulations (EM 385-1-1). The solicitation encourages the employment of U.S. veterans and outlines various FAR and DFARS clauses governing the contract, including those related to small business utilization and ethical conduct. Inspection and acceptance will occur at the Lock and Dam 5A in Fountain City, WI.
    This amendment, W912ES26QA0130001, modifies solicitation W912ES26QA013, dated January 7, 2026. Issued by the KO Contracting Division, United States Army Corps of Engineers, St. Paul, Minnesota, its primary purpose is to replace the original “W912ES26QA013 Schedule of Services” file with an updated version, “W912ES26QA013 Schedule of Services - Amendment 0001.” The key change in the updated file is the addition of a “Unit of Issue” column. All other terms and conditions of the solicitation remain unchanged. The amendment also details procedures for acknowledging receipt of the amendment and making changes to previously submitted offers.
    This amendment to solicitation W912ES26QA013, dated February 4, 2026, modifies an existing contract for the U.S. Army Corps of Engineers, St. Paul District. The primary purpose is to replace the Scope of Work (SOW), revise the Basis for Award, and extend the solicitation closing date from February 6, 2026, to February 13, 2026. Key changes include updated attachments for the SOW and a summary of changes, along with deleted older SOW documents. The Basis for Award now specifies that the contract will be awarded to the lowest-priced technically acceptable quote. Technical acceptability is evaluated based on sub-factors for Coating & Paint Inspector, Weld Inspector, Bolted Connection and Assembly Inspector, and Non-destructive Testing personnel. Past performance will also be evaluated using CPARS and other sources. Price analysis will determine the reasonableness and balance of the total evaluated price. All other terms and conditions of the original solicitation remain unchanged.
    The U.S. Army Corps of Engineers (USACE), Saint Paul District (MVP) is soliciting Quality Assurance (QA) Services for two projects: the Lock and Dam 5A Routine Gate Maintenance (LD5A RGM) and the Lock and Dam 3 & 4 Miter Gate Replacement (LD3&4 MGR). The contractor will provide QA for construction and fabrication work, including inspections, testing of steel repairs and fabrication, coating inspections, and review of RFIs and submittals. The services require expertise in structural steel repair, fabrication, and protective coatings, with specific certifications for paint, weld, bolted connection, and NDT inspectors. The contractor must develop comprehensive QA inspection plans for both contracts, conduct various on-site inspections (weld, coating, bolted connection, dimensional, and final acceptance), and attend meetings. Payment will be made per completed task, including inspections, submittal reviews, and facility trips, ensuring adherence to numerous industry standards and codes.
    Amendment 0001 details significant changes to the Statement of Work, primarily focusing on inspection qualifications and procedures for structural fabrication assemblies, particularly miter gates. Key personnel, including Weld Inspectors, Bolted Connection and Assembly Inspectors, and NDT Technicians, must now hold specific certifications such as AWS CWI, ICC Structural Steel & Bolting S1, and ASNT CP-189 NDT Level II, respectively. The amendment outlines comprehensive on-site fabrication inspections, including a mandatory First Steel Cutting Inspection for each lock's miter gates. Furthermore, each miter gate leaf requires three distinct weld inspections: Initial (around 30% completion), Intermediate (around 70% completion), and Pre-Final (around 85% completion), with visual inspections of all welds and sampling for QA testing. Detailed written reports, including NDT results in digital format, photos of non-compliant areas, and recommended corrective actions, are required for each site visit.
    This government file details quality assurance and maintenance services for LD3&4 Miter Gate Fabrication and LD5A Routine Gate Maintenance across a base period and four option periods. The services include submittal and RFI reviews, various inspections (weld, fabrication, coating, bolted connection, diagonal tensioning, dimensional, general condition, final acceptance), weekly construction meetings, and fabrication facility trips. For LD5A, specific tasks involve roller gate repair plans, NDT inspections, and end shield fabrication, coating, and connection inspections. The document outlines quantities for each task, indicating a varying scope of work across the different periods. The overall purpose is to ensure the quality and proper maintenance of these critical infrastructure components.
    This government file outlines a comprehensive quality assurance (QA) plan for two distinct projects: LD3 and LD4 Miter Gate Fabrication, and LD5A Routine Gate Maintenance. The plan spans a base period and four option periods, detailing various inspection and review tasks. For LD3 and LD4 Miter Gate Fabrication, the QA activities include inspection plan development, submittal and RFI reviews, weld and fabrication inspection, coating inspection, bolted connection inspection, diagonal tensioning and dimensional checks, final inspection, and fabrication facility trips. For LD5A Routine Gate Maintenance, QA tasks encompass inspection plan development, submittal and RFI reviews, weekly construction and three-phase control meetings, general condition inspection and travel, roller gate repair plan and NDT inspection and travel, coating and painting inspection and travel, roller gate final acceptance inspection and travel, and end shield fabrication, coating, and connection inspection and travel. The quantities for each task vary across the base and option periods, indicating a phased approach to quality assurance for these critical infrastructure projects.
    This document is a wage determination under the Service Contract Act for Alabama, specifically Bibb, Blount, Jefferson, Shelby, St Clair, and Walker counties. It lists hourly wage rates for numerous occupations across various sectors, including administrative, automotive, food service, health, information technology, and maintenance. Key benefits include health and welfare, vacation accrual (2 weeks after 1 year, 3 after 8, 4 after 20), and eleven paid holidays annually. It outlines specific conditions for computer employees and hazardous pay differentials for ordnance-related work (8% for high hazard, 4% for low hazard). The document also details uniform allowance requirements and the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations for accurate job duty comparisons.
    This document is a wage determination under the Service Contract Act for Franklin, Marion, and Winston Counties in Alabama, with a last revision date of December 3, 2025. It lists various occupations across numerous categories, including administrative support, automotive service, food preparation, health, and technical roles, along with their corresponding hourly wage rates. The document outlines required fringe benefits, specifically health and welfare (including a separate rate for contracts covered by EO 13706), vacation, and eleven paid holidays. It also provides footnotes for computer employees and air traffic controllers/weather observers, detailing their exemption criteria and special pay provisions like night and Sunday differentials. Additionally, the document addresses hazardous pay differentials (8% for high hazard, 4% for low hazard) and uniform allowance requirements. Finally, it details the conformance process using Standard Form 1444 for unlisted occupations, emphasizing that job duties, not titles, determine classification and that conformances cannot be used to artificially alter existing classifications.
    This document is a wage determination for Service Contract Act covered contracts in specific Wisconsin counties (Barron, Buffalo, Clark, Crawford, Dunn, Jackson, Juneau, Monroe, Pepin, Trempealeau), outlining minimum hourly wages for numerous occupations across various sectors, including administrative, automotive, health, and technical roles. It details fringe benefits, including health and welfare (with different rates for EO 13706 covered contracts), vacation, and eleven paid holidays. The document also provides specific guidelines for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay, respectively. Additionally, it addresses hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications, emphasizing compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).
    This government file is a wage determination for service contracts in specific Minnesota counties (Brown, Faribault, Freeborn, Goodhue, Martin, Mower, Rice, Steele, Waseca, Watonwan, Winona). It outlines minimum hourly wage rates for various occupations across numerous categories, including administrative support, automotive service, food preparation, health, information technology, and maintenance. The document also details fringe benefits such as health and welfare, vacation accrual, and eleven paid holidays annually. Additionally, it provides specific guidelines for computer employees and air traffic controllers/weather observers, including night and Sunday pay differentials. Important information regarding hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications is also included. The file references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors.
    This government file, Wage Determination No. 2015-4995 Revision No. 29, issued by the U.S. Department of Labor, Wage and Hour Division, outlines the minimum wage rates and fringe benefits for various service occupations in specific Iowa counties. It details hourly rates for administrative, automotive, food service, health, information technology, and maintenance roles, among others. The document also specifies benefits, including health and welfare, vacation accrual, and eleven paid holidays annually. Key provisions include guidelines for Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors). Footnotes address exemptions for computer employees and special pay for air traffic controllers/weather observers. Additionally, it covers hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications using Standard Form 1444, ensuring fair compensation and compliance for federal service contracts.
    The Wage Determination No.: 2015-5157, Revision No.: 28, outlines the minimum wage rates and fringe benefits for various occupations in specific Mississippi counties (Alcorn, Calhoun, Chickasaw, Choctaw, Clay, Itawamba, Lafayette, Lee, Lowndes, Monroe, Oktibbeha, Pontotoc, Prentiss, Tishomingo, Union, Webster) under the Service Contract Act. It details rates for administrative, automotive, food service, maintenance, health, and technical roles. The document also includes provisions for paid sick leave and minimum wage rates as per Executive Orders 13706 and 13658. Fringe benefits include health and welfare, vacation, and eleven paid holidays. Special considerations are given to computer employees, air traffic controllers, and weather observers regarding exemptions, night, and Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance policies are also specified. A conformance process is outlined for unlisted job classifications.
    Similar Opportunities
    Loading similar opportunities...