Search Contract Opportunities

Smithland Lock and Dam Controls Update and Repair

ID: W912QR25BA0011 • Type: Presolicitation
Question & Answer 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

Smithland Lock and Damn Repair and Replace Control System Pre-Solicitation Synopsis

In accordance with FAR 5.204, this pre-solicitation notice is meant to inform industry of an anticipated, upcoming solicitation. This notice will not bind the government to any actions or awards.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Invitation for Bid (IFB) to update and repair Smithland Lock and Damn Control System in Brookport, IL. Main efforts include the following scope items: Replacement of all existing lock machinery position instrumentation (magnetic proximity switches, rotational encoders) and their associated wiring. Replacement of segments of existing control cabling between control shelters and powerhouse. Replacement of existing lock control interface panels with updated interface panels. Reconnection of control relaying associated with lock miter gate speed control. Modification of lock controls to incorporate modern interlock requirements.
Contract duration is 540 calendar days from the Notice to Proceed (NTP).

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 Other Heavy and Civil Engineering Construction.

TYPE OF SET-ASIDE: This acquisition will be advertised as 100% Small Business.

SELECTION PROCESS: This is a Design/Bid/Build procurement, Invitation for Bid, sealed bid.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be in the estimated cost range between $1,000,000 and $5,000,000 (FAR 36.204). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 24 March 2025. Additional details can be found in the solicitation when it is posted to http://Sam.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://Sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://Sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully
registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Joel Huberman, Contract
Specialist, at joel.huberman@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. Please ensure that no other government officials are contacted regarding this notice.

Overview

Response Deadline
March 24, 2025, 11:00 a.m. EDT Past Due
Posted
March 17, 2025, 7:44 a.m. EDT (updated: April 7, 2025, 7:33 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Brookport, IL 62910 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
Signs of Shaping
The solicitation is open for 7 days, below average for the USACE Louisville District. 78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/17/25 USACE Louisville District issued Presolicitation W912QR25BA0011 for Smithland Lock and Dam Controls Update and Repair due 3/24/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC M1JZ.
Primary Contact
Name
Joel Huberman   Profile
Phone
(502) 315-7409

Secondary Contact

Name
Matthew Judd   Profile
Phone
(502) 315-7425

Documents

Posted documents for Presolicitation W912QR25BA0011

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR25BA0011

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR25BA0011

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR25BA0011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
May 31, 2025
Last Updated By
joel.huberman@usace.army.mil
Archive Date
May 31, 2025