CSSC Fish Dispersal Barrier Operations and Maintenance

SOL #: W912P626RA004Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST CHICAGO
CHICAGO, IL, 60604-1437, United States

Place of Performance

Lockport, IL

NAICS

Facilities Support Services (561210)

PSC

Electric Services (S112)

Set Aside

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

Timeline

1
Posted
Dec 23, 2025
2
Last Updated
Jan 30, 2026
3
Submission Deadline
Jan 15, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Army Corps of Engineers (USACE) is soliciting proposals for a Firm-Fixed-Price contract for Operations and Maintenance (O&M) of the Electric Dispersal Barrier System (EDBS) on the Chicago Sanitary and Ship Canal (CSSC) in Romeoville, IL. This is a 100% Small Business Set-Aside. Proposals are due by February 3, 2026, at 2:00 PM Central Time.

Scope of Work

The contractor will provide all supervision, labor, equipment, and supplies for comprehensive O&M of the EDBS. Key services include:

  • 24/7 Operator services (one per shift).
  • Annual bridge crane inspection, load testing, and certification.
  • Snow removal and parking lot maintenance.
  • West Bank refuse service.
  • Operations, monitoring, diagnosing, troubleshooting, and preventative maintenance for the Aquatic Nuisance Species Dispersal Barriers (ANSDB) facilities.
  • Corrective maintenance parts are government-furnished.
  • Compliance with NIST SP 800-171 for cybersecurity is required.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Commercial Service Contract.
  • Period of Performance: 12-month base period plus three (3) 12-month option periods.
  • Set-Aside: 100% Small Business Set-Aside.
  • NAICS Code: 561210 - Facilities Support Services (Size Standard: $47,000,000.00).
  • Product Service Code (PSC): S112 - Utilities- Electrical.
  • Questions Due: 7 January 2026 at 1:00 PM Central Time.
  • Proposals Due: February 3, 2026, at 2:00 PM Central Time (extended by Amendment 0001).

Evaluation

Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors. Evaluation factors are Price and Past Performance, with Technical and Past Performance being equal when combined. Offerors must submit a minimum of three (3) completed Past Performance Questionnaires (PPQs) as part of their proposal.

Additional Notes

This is a combined synopsis/solicitation (RFP W912P626RA004). Offerors must monitor SAM.gov for amendments and have an active SAM.gov registration. All proposals must be submitted via email to the points of contact. Site visits are allowed prior to proposal submission.

People

Points of Contact

Files

Files

Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View