Lock and Dam 5 Routine Gate Maintenance - Quality Assurance Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Nov 08, 2023 02:54 pm CST
- Original Published Date: Nov 08, 2023 12:51 pm CST
- Updated Date Offers Due: Nov 29, 2023 10:00 am CST
- Original Date Offers Due: Nov 29, 2023 10:00 am CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 14, 2023
- Original Inactive Date: Dec 14, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: H256 - EQUIPMENT AND MATERIALS TESTING- CONSTRUCTION AND BUILDING MATERIALS
- NAICS Code:
- 541380 - Testing Laboratories and Services
- Place of Performance: Minnesota City , MNUSA
Description
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing Quality Assurance Inspection services for the Lock and Dam No. 5 Routine Gate Maintenance project.
Lock and Dam 5 is located at 12554 Highway 61, Minnesota City, MN 55959.
Required services include work associated with the following Lock and Dam 5 Routine Gate Maintenance activities: QA Inspection and Verification of Construction Contractor’s inspections, Reviewing Construction Contractor’s Steel Repair Plan based on the steel repair inspections, QA testing and inspection of steel repairs, and QA inspections of Construction Contractor’s Painting Means and Methods, Review and Response to applicable requests for information (RFI).
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 comparative evaluations in accordance with FAR 13.106-2
No CD's 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 offeror's 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 in to 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.
*** This SAM posting amendment removes and replaces document W912ES24Q0022.pdf with a new version with the same file name.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Scott E. Hendrix
- Scott.E.Hendrix@usace.army.mil
Secondary Point of Contact
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
History
- Feb 22, 2024 10:55 pm CSTSolicitation (Updated)
- Jan 18, 2024 12:28 pm CSTSolicitation (Updated)
- Jan 11, 2024 02:38 pm CSTSolicitation (Updated)
- Dec 20, 2023 12:11 pm CSTSolicitation (Updated)
- Dec 11, 2023 03:45 pm CSTSolicitation (Updated)
- Nov 30, 2023 10:55 pm CSTPresolicitation (Original)
- Nov 28, 2023 01:37 pm CSTSolicitation (Updated)
- Nov 08, 2023 02:54 pm CSTSolicitation (Updated)
- Nov 08, 2023 12:51 pm CSTSolicitation (Original)