Skip to content
Department of Defense

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

Solicitation: W912ES26QA013
Notice ID: ce706aca036c4cf5afab4ac862039b11
TypeSolicitationNAICS 541380PSCH256Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateWIPostedFeb 04, 2026, 12:00 AM UTCDueFeb 13, 2026, 04:00 PM UTCExpired

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WI. Response deadline: Feb 13, 2026. Industry: NAICS 541380 • PSC H256.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$635,935,197
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$98,807
P10–P90
$15,130$610,395
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-93%(-$548,064,803)
Deal sizing
$98,807 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WI
Live POP
Place of performance
Fountain City, Wisconsin • 54629 United States
State: WI
Contracting office
Saint Paul, MN • 55101-1323 USA

Point of Contact

Name
Scott E. Hendrix
Email
Scott.E.Hendrix@usace.army.mil
Phone
Not available
Name
Kenneth Eshom
Email
kenneth.j.eshom@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION MISSISSIPPI VALLEY • ENDIST ST PAUL • W07V ENDIST ST PAUL
Contracting Office Address
Saint Paul, MN
55101-1323 USA

More in NAICS 541380

Description

***Amendment 0002 removes and replaces the Scope of Work (SOW), makes changes to the Basis for Award, and extends the solicitation closing date.

***Amendment 0001 removes and replaces the Schedule of Services.

***This solicitation notice was inadvertently posted as a small business set-aside and has been corrected to Full and Open (Unrestricted).

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 Full and Open (Unrestricted).


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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.