Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), St. Paul District, is soliciting proposals for Quality Assurance (QA) Inspection services for the Lock and Dam (LD) 5A Routine Gate Maintenance project and the LD 3 & 4 Miter Gate Fabrication Contract. This is a Full and Open (Unrestricted) opportunity for a Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Proposals are due by February 13, 2026, at 4:00 PM ET.
Scope of Work
The contractor will provide comprehensive QA services for two distinct projects:
- LD5A Routine Gate Maintenance (RGM): QA for construction activities including rehabilitation of roller gates, Tainter gate bulkheads, steel repairs, sandblasting, painting, and lead-based paint abatement. Work will be performed at Johnson Machine Works (Chariton, IA) and Lock and Dam 5A (Fountain City, WI).
- LD3 & 4 Miter Gate Replacement (MGR): QA for the fabrication of new miter gate leaves and associated components (walkways, pintle assemblies, bubbler pipes, etc.). Fabrication will occur at G&G Steel Inc (Russellville, AL) and Warrior River Steel LLC (Cordova, AL).
Required QA services include inspection and verification of contractor inspections, testing of steel repairs and fabrication, inspection of painting means and methods, coating inspections, and review/response to RFIs and submittals. Personnel must meet specific qualifications, including AWS Certified Welding Inspector (CWI), AMPP CIP Level 2 for coatings, ICC Structural Steel & Bolting S1 Special Inspector Certification, and ASNT NDT Level II.
Contract & Timeline
- Contract Type: Firm Fixed-Price IDIQ
- Duration: One base year (February 1, 2026 - January 31, 2027) and four option years, extending through January 31, 2031.
- Estimated Value: Minimum $10,000, Maximum $1,500,000. Maximum order value is $300,000.
- Set-Aside: Full and Open (Unrestricted)
- NAICS Code: 541380 (Testing Laboratories and Services), Size Standard: $19.0 Million
- Proposal Due: February 13, 2026, 4:00 PM ET
- Published: February 4, 2026 (latest amendment)
Evaluation
Award will be made using a Lowest Price, Technically Acceptable (LPTA) source selection process. Quotes will be evaluated for technical acceptability (including past performance) and must receive an "Acceptable" rating in every non-price factor or sub-factor to be eligible for award. Price reasonableness will also be assessed.
Additional Notes
Offerors must be registered in SAM.gov with active accounts and completed Representations and Certifications prior to award. Electronic submissions are required. Service Contract Act wage determinations apply for Minnesota, Wisconsin, Iowa, Mississippi, and Alabama. This solicitation has been amended multiple times, with Amendment 0002 replacing the Scope of Work, modifying the Basis for Award, and extending the closing date.