Fort Peck Hydraulic Vertical Pivot Gate

SOL #: W9128F26QA029Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST OMAHA
OMAHA, NE, 68102-4901, United States

Place of Performance

Fort Peck, MT

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Apr 17, 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 Department of the Army, USACE Omaha District, has issued a Total Small Business Set-Aside solicitation for the Fort Peck Hydraulic Vertical Pivot Gate project. This opportunity seeks a contractor to furnish and install a new hydraulic vertical pivot gate system at the Fort Peck Powerhouse and Outside Maintenance Facility in Fort Peck, Montana. The estimated Rough Order of Magnitude (ROM) for this Firm Fixed-Price contract is $100,000.00 to $250,000.00. Proposals are due by April 17, 2026, at 2:00 PM CT.

Scope of Work

The project involves the procurement and installation of a new Hydraulic Vertical Pivot Gate to replace an existing double swing gate. The scope includes furnishing and installing the gate and all associated appurtenances, providing increased equipment security and force protection. Key requirements detailed in the specifications and SOW documents include:

  • System Components: Hydraulic power unit, hydraulic system (cylinder, limit switches), balance system, electrical system, and barrier system (steel or aluminum gates up to 25 ft opening).
  • Features: Cold weather package, radio controls, detector system, reversing edge, magnetic lock, photo eye, stainless steel fasteners, heater for electrical box, ice scrapers, and weather guard.
  • Performance: System must support a minimum of 2900 open and close operations per day, with a hand-raisable/lowerable barrier requiring 12-15 pounds of pressure.
  • Installation: Adherence to manufacturer's recommendations, USACE Engineering Manual (EM) 385-1-1, and OSHA standards. This includes removal and reinstallation of an existing entrance gate to a specified location.
  • Deliverables: Contractor Quality Control (CQC) program, Activity Hazard Analysis (AHA), Abbreviated Accident Prevention Plan (APP), and training for owner personnel. A minimum three-year manufacturer's warranty is required.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: 365 calendar days after Notice to Proceed, anticipated from May 1, 2026, to April 30, 2027.
  • Estimated Value (ROM): $100,000.00 to $250,000.00
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238990 (Small Business Size Standard: $19,000,000)
  • Published Date: March 19, 2026
  • Questions Due: March 31, 2026, by COB
  • Site Visit: March 31, 2026, at 10:00 AM CT, Fort Peck Administration Office. Offerors are urged to attend.
  • Answers Posted: April 2, 2026, by COB
  • Proposals Due: April 17, 2026, by 2:00 PM CT

Evaluation

Award will be based on a Best Value Tradeoff approach, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered more important than Price. Proposals should be submitted on SF 18, letterhead, or as specified, including the solicitation number, contact information, price, discount terms, and acknowledgment of amendments.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) at SAM.gov. Wage determinations for Valley and McCone Counties, Montana, apply, and bidders must account for prevailing wage rates. No performance/payment bonds or bid guarantee are required. Specific insurance requirements are detailed in the solicitation.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View