Minnesota Bids > Bid Detail

Lock and Dam 5 Routine Gate Maintenance Quality Assurance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159072367184307
Posted Date: Sep 12, 2023
Due Date: Sep 30, 2023
Solicitation No: W912ES23Q0096
Source: https://sam.gov/opp/ad3f4c1458...
Follow
Lock and Dam 5 Routine Gate Maintenance Quality Assurance
Active
Contract Opportunity
Notice ID
W912ES23Q0096
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 12, 2023 02:52 pm CDT
  • Original Response Date: Sep 30, 2023 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H256 - EQUIPMENT AND MATERIALS TESTING- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Jordan , MN 55352
    USA
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).





It is anticipated that this project will be solicited between the date of this posting, and September 30, 2023. All dates are tentative and for planning purposes only.





The North American Industry Classification System (NAICS) code for this project will be 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 shall be set-aside for Service Disabled, Veteran-Owned Small Businesses (SDVOSB). In order to qualify as an SDVOSB for this solicitation, firms must be registered as an SDVOSB in the system for Award Management (SAM).





The solicitation will be a request for quote (RFQ) and will be evaluated using comparative evaluations in accordance with FAR 13.106-2





This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.





This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFP.





No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. 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.





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.




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
Secondary Point of Contact
History
  • Sep 12, 2023 02:52 pm CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >