Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
MODIFICATION

H -- Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance

Notice Date
1/7/2026 7:29:52 AM
 
Notice Type
Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES26QA013
 
Response Due
2/6/2026 8:00:00 AM
 
Archive Date
02/21/2026
 
Point of Contact
Scott E. Hendrix, Kenneth Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. QA services for the LD5A will be required at the following locations: Johnson Machine Works 48899 Hy Vee Rd Chariton, IA 50049 Lock and Dam 5A W679 WI-35 Fountain City, WI 54629 QA services for the LD5A will be required at the following locations: G&G Steel Inc 15825 AL-243 Russellville, AL 35653 Warrior River Steel LLC 6275 Horsecreek Blvd Cordova, AL 35550 Required services include work associated with the following LD5A RGM and LD3&4 MGR activities: QA Inspection and Verification of Construction Contractor�s inspections; QA testing and inspection of steel repairs; QA testing and inspection of steel fabrication; QA inspections of Construction Contractor�s Painting Means and Methods; QA inspections of coatings; and Review and Response to applicable requests for information (RFI) and submittals. The North American Industry Classification System (NAICS) code for this project is 541380; Testing Laboratories and Services with a size standard of $19.0 Million. The resulting contract shall be a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year period of performance and four (4) option years. The solicitation is set-aside for Small Business. The solicitation is a request for quote (RFQ) and will be evaluated using Lowest Price, Technically Acceptable (LPTA) evaluations in accordance with FAR 15.101-2. No CDs or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. There is no �Plan Holder List� for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign into their SAM account. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/07bc741ff35c459484bd197800406bad/view)
 
Place of Performance
Address: Fountain City, WI 54629, USA
Zip Code: 54629
Country: USA
 
Record
SN07679320-F 20260109/260107230030 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.