Steel Plates and Beams
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 Department of the Army, specifically the US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Lab (GSL), is soliciting quotes for Steel Plates and Beams. This is a Total Small Business Set-Aside opportunity, with offers due by January 23, 2026, at 12:00 PM CST.
Opportunity Details
This is a Combined Synopsis/Solicitation issued as a Request for Quote (RFQ) under simplified acquisition procedures for commercial items. The North American Industry Classification System (NAICS) code is 331210 (Iron And Steel Pipe And Tube Manufacturing From Purchased Steel) with a 1000-employee size standard. The Product Service Code (PSC) is 9640 (Iron And Steel Primary And Semifinished Products). The place of performance is Vicksburg, MS.
Scope of Work
The requirement is for the purchase and delivery of multiple steel members, including various quantities and dimensions of steel plates and beams. Specific material requirements include:
- A572 Grade 50 Steel Plates
- AH36, EH36, DH36, A588 Grade A Steel Plates
- ASTM A992/A572 Grade 50 Steel Plates and Beams (W12x22)
Crucial Clarifications from Vendor Q&A (most recent document):
- AH36 steel is required; A36 steel is not acceptable.
- Stainless steel is not acceptable. Only specified material types are permitted.
- Plate Cutting: Parts must be fully cut out (no ripping).
- Tolerances: Mandatory +/- 0.125" for straightness, squareness, and flatness.
Contract & Delivery
All items must be delivered no later than 30 days after award, with shipping terms as FOB DESTINATION to the ERDC GSL in Vicksburg, MS. Material from qualifying countries is acceptable only if it can be delivered within this 30-day timeframe; delivery timelines will not be extended.
Submission Requirements
Offers are due by January 23, 2026, 12:00 PM CST, and must be submitted via email to david.g.ammermann@usace.army.mil and tam.m.coronel@usace.army.mil. Submissions must include:
- The solicitation number (W912HZ26Q3424).
- A technical description sufficient to evaluate compliance, including warranty and technical support terms.
- Unit and extended pricing.
- CAGE code and/or DUNS Number. Offerors must be registered in the System for Award Management (SAM) at the time of offer submission. Questions must be submitted via email at least 2 days prior to the closing date.
Evaluation Criteria
Award will be made to the responsible offeror whose offer is the Lowest Price Technically Capable. Technical capability is defined as the documented ability to meet minimum requirements, provide specified items, and meet or exceed the delivery schedule. The Government intends to award without discussions, so initial offers should represent the best terms.