Stoplog Painting and Refurbishment
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 Great Lakes St. Lawrence Seaway Development Corporation (GLS) is seeking a contractor for Stoplog Painting and Refurbishment at Snell Lock in Massena, NY. This is a combined synopsis/solicitation issued as a Request for Quote (RFQ), designated as a Total Small Business Set-Aside. The resulting contract will be Firm Fixed Price. Quotes are due by May 22, 2026, at 2:00 PM EST.
Scope of Work
The contractor will perform painting and mechanical refurbishment of eight (8) steel stoplogs (two Type A, three Type B, three Type C) at Snell Lock. This includes blasting, painting, minor structural steel weld repairs, and the removal and replacement of all stoplog rollers, rubber seals, and hardware. Existing coatings are assumed to contain lead-based paint, requiring specialized handling. A new vinyl type Zinc Rich Coating will be applied to SSPC-SP 5 White Metal Blast standard. GLS will remove the stoplogs from their pit for contractor work.
Contract & Timeline
- Contract Type: Firm Fixed Price (under FAR Part 12)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 238320 – Painting and Wall Covering Contractors (Small Business Size Standard: $19.0M)
- Period of Performance: Begin within 10 calendar days and complete within 120 calendar days after receiving the notice to proceed.
- Place of Performance: Snell Lock, Massena, NY 13662.
- Site Visit: May 06, 2026, 10:00 AM EST (Eisenhower Lock Overlook, Massena, NY). Confirm attendance by May 05, 2026, 2:00 PM EST to chora.snyder@dot.gov.
- Questions Due: May 08, 2026, 2:00 PM EST, via email to chora.snyder@dot.gov.
- Quotes Due: May 22, 2026, 2:00 PM EST, via email to chora.snyder@dot.gov.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) approach. Technical acceptability requires meeting all RFQ and PWS requirements. Past performance within the last five years will be evaluated. Quoters must be registered and active in SAM.gov at the time of closing and award, reflecting Small Business status for NAICS 238320.
Special Requirements
Contractor personnel must hold specific certifications, including AMPP QP1 and QP2, AMPP C-3 qualified Lead Removal Supervisor, and AMPP CIP Level 2 certified paint inspector. An independent, third-party Certified Industrial Hygienist (CIH) or EPA-certified Lead Project Designer/Supervisor is also required. The coating applicator must have documented experience with USACE vinyl coating systems. Various plans, including Project Schedule, Work Plan, Staging/Storage, Hazardous Materials, Stoplog Handling, Painting Procedures/QC, and Waste Management, are required.
Attachments
Key attachments include the Performance Work Statement (PWS), Pricing Sheet, SCA Wage Determination, and Reference Drawings.