Navigate the lattice: hubs for browsing, trends for pricing signals.
***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:
48899 Hy Vee Rd
Chariton, IA 50049
W679 WI-35
Fountain City, WI 54629
QA services for the LD5A will be required at the following locations:
15825 AL-243
Russellville, AL 35653
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 size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.