Sluice Gate Actuator Replacement, Hamlet District Pumping Station, Woonsocket Flood Reduction Project, Woonsocket, RI
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 - New England District is soliciting proposals for the Sluice Gate Actuator Replacement at the Hamlet District Pumping Station, Woonsocket Flood Reduction Project in Woonsocket, RI. This project involves replacing electric sluice gate actuators, stems, and nuts, and installing new controls for two existing sluice gates. The estimated magnitude of construction is between $100,000 and $250,000. Quotations are due by March 12, 2026, at 5:00 PM Eastern Time.
Scope of Work
The contractor will provide all necessary equipment, materials, and labor for the replacement of electric sluice gate actuators, stems, and nuts, and the installation of new controls for two existing sluice gates. Work also includes re-alignment, cleaning, and lubrication of the sluice gates. All work must adhere to the Statement of Work and be accepted by the Technical Point of Contact. Key safety and compliance requirements include:
- Development and adherence to an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA).
- Employment of a Level 3 Site Safety and Health Officer (SSHO).
- At least two employees certified in First Aid and CPR per shift.
- Compliance with USACE EM 385-1-1, OSHA, federal, state, and local safety regulations.
- Contractor is responsible for providing all materials, obtaining necessary licenses/permits, complying with security policies, restoring damaged property, and maintaining good housekeeping.
- Products must meet EPA and USDA BioPreferred Program requirements.
Contract Details
- Contract Type: Solicitation (Request for Quotation - RFQ)
- Pricing Arrangement: Firm Fixed Price
- Period of Performance: 180 days from Notice to Proceed
- Estimated Cost: $100,000 to $250,000
- Set-Aside: This RFQ is NOT a small business set-aside.
- NAICS Code: 238290 (Other Building Equipment Contractors) with a $22 Million size standard.
Submission & Evaluation
- Quotations Due: March 12, 2026, at 5:00 PM Eastern Time.
- Submission Method: Via email to the Contract Specialist.
- Evaluation Factors: Technical, Price, and Past Performance, using a comparative evaluation.
- Mandatory Requirement: All vendors must have an active registration in SAM.gov at the time of submission. Non-responsive submissions will be rejected.
- Site Visits: Highly recommended.
- Payment Protection: A Payment Bond or Irrevocable Letter of Credit is required for contracts at or above $150,000.00. Bid Guarantee is NOT required.
Required Information & Attachments
Bidders must complete and submit a "Solicitation Survey" with their quote, providing:
- Company Information (Name, SAM CAGE Code, Address, POC, Business Type).
- Experience (years in services, prime contracting, federal contracts).
- Key Personnel details and anticipated project staffing.
- Subcontracting information, if applicable.
- Employee experience and certifications (e.g., First Aid/CPR, specific licenses).
- References and Past Performance for up to three similar contracts within the last 3 years.
- A certification of accuracy for all provided information. Visual and technical references, including photos of existing equipment and engineering drawings of the pumping station, are available in the "Attachments 26QA059.pdf" document.
Contact Information
For questions regarding this solicitation, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or 978-318-8902.