Skip to main content

An official website of the United States government

You have 2 new alerts

UPPER MISSISSIPPI RIVER LOCKS 4 & 3 MITER GATE SUPPLY

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: Jul 31, 2024 02:29 pm CDT
  • Original Published Date: Jun 18, 2024 02:41 pm CDT
  • Updated Date Offers Due: Aug 21, 2024 02:00 pm CDT
  • Original Date Offers Due: Jul 23, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 05, 2024
  • Original Inactive Date: Aug 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5680 - MISCELLANEOUS CONSTRUCTION MATERIALS
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    USA

Description

***Amendment 0004 makes changes to the specifications.

***Amendment 0003 makes changes to the plans and specifications.

***Amendment 0002 makes changes to the plans and specifications, and removes and replaces the Bid Schedule.

***Amendment 0001 makes changes to the plans and specifications.

The following is an Invitation for Bid (IFB)

The U.S. Army Corps of Engineers - St. Paul District has a requirement for the fabrication and delivery of replacement miter gates and associated ancillary equipment for Lock and Dam (LD) 3 and 4 on the Upper Mississippi River.  Four leaves (two upstream and two downstream) will be required per site.  The base contract will be for the delivery of the LD 4 gates in 2028, with the LD 3 gates as a separately priced option with a delivery date in 2029.  The work includes, but is not limited to, fabricating, testing, painting, prestressing, and delivering new lock chamber miter gate assemblies (each miter gate assembly consists of two miter gate leaf’s), and appurtenant parts to the Mississippi River Maintenance Facility (Pleasant Valley, Iowa) and retrieving and disposing of the old miter gates at Pleasant Valley, Iowa.  Additionally, there will be options for Strut Arm Assemblies and long term storage of the Miter Gates.  Each option will be exercised at the Government’s discretion.  Delivery of the strut arm assemblies will be required within six (6) months of option award.

The North American Industry Classification System (NAICS) code for this project is 332312; Fabricated Structural Metal Manufacturing with a size standard of 500 employees.

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

The solicitation is a Total Small Business set-aside. 


The solicitation is an Invitation for Bid (IFB).

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.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History