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 opportunity is Full and Open (Unrestricted) and seeks a contractor to ensure the quality of steel repairs, fabrication, and coatings across multiple locations. Proposals are due February 6, 2026.
Scope of Work
The contractor will provide comprehensive QA services, including:
- QA Inspection and Verification of Construction Contractor’s inspections.
- QA testing and inspection of steel repairs, fabrication, and coatings.
- QA inspections of Construction Contractor’s Painting Means and Methods.
- Review and Response to applicable Requests for Information (RFIs) and submittals. Work will be performed at various sites, including Johnson Machine Works (Chariton, IA), Lock and Dam 5A (Fountain City, WI), G&G Steel Inc (Russellville, AL), and Warrior River Steel LLC (Cordova, AL). Personnel must possess specific qualifications, such as AMPP CIP Level 2 or BCI Level 2 for Coating & Paint Inspectors, AWS CWI for Weld Inspectors, and ASNT NDT Level II for NDT Technicians.
Contract & Timeline
- Contract Type: Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ)
- Duration: A base year (February 1, 2026 – January 31, 2027) and four (4) option years, extending through January 31, 2031.
- Estimated Value: Minimum $10,000.00, with a maximum contract value of $1,500,000.00. The maximum order value is $300,000.00.
- Set-Aside: Full and Open (Unrestricted)
- NAICS Code: 541380 (Testing Laboratories and Services) with a size standard of $19.0 Million.
- Response Due: February 6, 2026, 10:00 AM Local Time.
- Published: January 14, 2026 (Amendment 0001).
Evaluation
This is a Request for Quote (RFQ) and will be evaluated using a Lowest Price, Technically Acceptable (LPTA) source selection process. Evaluation factors include:
- Technical Acceptability: Focusing on specific personnel qualifications for Coating & Paint Inspector, Weld Inspector, Bolted Connection Inspector, and NDT Technician.
- Past Performance: Evaluated using CPARS and other sources.
- Price: Assessed for reasonableness.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) with active accounts and completed Representations and Certifications prior to award. Service Contract Act wage determinations apply for Alabama, Iowa, Minnesota, Mississippi, and Wisconsin. Amendment 0001 replaced the Schedule of Services, adding a "Unit of Issue" column.