Search Contract Opportunities

Lock and Dam 5A Routine Gate Maintenance   4

ID: W912ES24R0002 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The following is a Pre-Solicitation notice for an upcoming project. No further information, other than what is described below, is available at this time.

The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing all labor, material, and equipment necessary to meet the requirements for the Lock and Dam No. 5A Routine Gate Maintenance project.

Lock and Dam 5A is located at W679 WI-35, Fountain City, WI 54629-7214.

The scope of work shall include the following: The Contractor shall mobilize to the site which is located in Fountain City, Wisconsin and repaint/repair the dam roller gates. There are also options for rehabilitation of the bulkhead trucks, rehabilitation of the tainter gate bulkheads, and roller gate cathodic protection. This work will have to be accomplished using a marine plant. Work includes cleaning the gates, removing the existing paint to bare metal, containing, and disposing of the debris generated through paint removal, repainting all steel surfaces, testing, removing the existing rubber seals, replacing the existing rubber gate seals with new rubber seals, inspecting the gates, providing an inspection report, and performing miscellaneous steel repairs.

It is anticipated that this project will be solicited in late May or early June of 2024. All dates are tentative and for planning purposes only.

The North American Industry Classification System (NAICS) code for this project will be 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million.

The resulting contract shall be a Firm, Fixed-Price contract.

The solicitation shall be a Total Small Business set-aside.

The solicitation will be a request for proposal (RFP) and will be evaluated as Lowest Price Technically Acceptable (LPTA).

This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFP.

No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.

In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.

As required by 15 U.S.C. 644(w), the Corps of Engineers' policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.

Overview

Response Deadline
June 15, 2024, 11:00 a.m. EDT Past Due
Posted
April 9, 2024, 4:14 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fountain City, WI 54629 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
90%
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/9/24 USACE St. Paul District issued Presolicitation W912ES24R0002 for Lock and Dam 5A Routine Gate Maintenance due 6/15/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Z1KA.
Primary Contact
Name
Scott E. Hendrix   Profile
Phone
None

Secondary Contact

Name
Kenneth J. Eshom   Profile
Phone
None

Documents

Posted documents for Presolicitation W912ES24R0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912ES24R0002

Award Notifications

Agency published notification of awards for Presolicitation W912ES24R0002

Contract Awards

Prime contracts awarded through Presolicitation W912ES24R0002

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912ES24R0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912ES24R0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912ES24R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST ST PAUL
FPDS Organization Code
2100-W912ES
Source Organization Code
100221313
Last Updated
June 30, 2024
Last Updated By
scott.e.hendrix@usace.army.mil
Archive Date
June 30, 2024