Testing and Calibration of Testing Equipment for USACE Lake Projects Stockton and Harry S. Truman Powerplants
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) Kansas City District has issued Solicitation W912DQ26QA057 for Testing and Calibration of Electrical Testing Equipment at the Harry S. Truman and Stockton Lake Projects in Warsaw and Stockton, MO. This is a Total Small Business Set-Aside for a Firm Fixed-Price service contract. Offers are due by May 5, 2026, at 12:00 PM CT.
Scope of Work
The contractor will provide all personnel, equipment, supplies, transportation, tools, materials, and supervision for the inspection, testing, and calibration of approximately 40 items of electrical testing equipment at each of the two powerhouses. Key requirements include:
- Ensuring all personnel possess current certifications and qualifications, including documented training from relevant standards organizations.
- Providing proof of ISO/IEC 17025 Accreditation for calibration.
- Complying with EM 385-1-1 and applicable safety regulations for all onsite work.
- Furnishing a site-specific Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA) within 30 days of contract award.
- Delivering detailed service reports after each site visit and a comprehensive annual report, with calibration labels affixed to equipment.
Contract Details
- Solicitation Number: W912DQ26QA057
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541380 (Testing Laboratories and Services)
- Size Standard: $19,000,000.00
- Period of Performance: One base year (May 15, 2026 - May 14, 2027) and two 12-month option years, extending through May 14, 2029.
Submission & Evaluation
- Offer Due Date: May 5, 2026, 12:00 PM CT.
- Questions Due: Five days prior to the offer due date.
- Submission Method: PDF format via email to angella.curran@usace.army.mil and christopher.w.anderson@usace.army.mil. Quotes must not exceed 10MB and be valid for at least 60 days.
- Required Documents: Vendor Information Sheet, Relative Experience Form (1-3 relevant submissions), and a Past Performance Questionnaire (PPQ).
- Evaluation Factors: Price, Relative Experience, and Past Performance. Non-price factors (Relative Experience and Past Performance) are more important than price when combined.
- Eligibility: Offerors must be registered and active in the System for Award Management (SAM).
Contacts
- Primary: Angella Curran, angella.curran@usace.army.mil, 816-389-3816
- Secondary: Christopher Anderson, christopher.w.anderson@usace.army.mil, 816-389-3850