Draft Tube Bulkhead Seal Retaining Bars, Leaf Springs and Assemblies

SOL #: W9128F26QA049Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST OMAHA
OMAHA, NE, 68102-4901, United States

Place of Performance

Pickstown, SD

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

Coil, Flat, Leaf, And Wire Springs (5360)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 28, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Army Corps of Engineers (USACE) Omaha District is soliciting proposals for the supply of Draft Tube Bulkhead Seal Retaining Bars, Leaf Springs, and Assemblies. This Firm Fixed-Price contract is a Total Small Business Set-Aside and aims to procure materials for eight (8) draft tube bulkheads at the Fort Randall Dam in Pickstown, SD. The primary goal is to improve draft tube sealing and eliminate seal migration. Proposals are due by April 28, 2026.

Scope of Work

The contractor will supply specific components, including:

  • Sixteen (16) side seal retaining bars
  • Thirty-two (32) leaf springs
  • One hundred seventy-five (175) top seal brass countersunk bolt assemblies
  • One hundred (100) side and bottom seal brass bolt assemblies
  • One hundred twenty-eight (128) leaf spring brass countersunk bolt assemblies

All materials must conform to specified ASTM standards. Steel fabrication must meet AWS D1.1 standards, and the paint products and application process must adhere to the vinyl 5-E-Z paint system. The contractor is responsible for determining bolt hole spacing and bar lengths, requiring coordination with the Government for measurements. A one-year warranty for coating failure on side seal retainer bars is required.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 332312 - Fabricated Structural Metal Manufacturing (Size Standard: 500 employees)
  • Product Service Code: 5360 - Coil, Flat, Leaf, And Wire Springs
  • Place of Performance/Delivery: US Army Corps of Engineers, Fort Randall Dam, Pickstown, SD 57367 (FOB Destination)
  • Delivery Period: Within 270 calendar days from the date of lead time event (contract award). Specific delivery of 12 retaining bars, 32 leaf springs, and all bolt assemblies is required on or before September 1, 2026, with the remaining 4 retaining bars within the overall performance period.
  • Proposal Submission Deadline: April 28, 2026, at 02:00 PM local time.
  • Questions Deadline: Seven (7) calendar days prior to the proposal due date.
  • Published Date: April 7, 2026

Evaluation Factors

Award will be based on a "Best Value-Tradeoff" approach, where Technical, Past Performance, and Delivery are considered more important than Price.

  • Technical: Ability to meet specification requirements, including AWS D1.1 steel fabrication and the vinyl 5-E-Z paint system.
  • Past Performance: Demonstrated experience with three (3) projects within the last 10 years for AWS D1.1 steel fabrication and three (3) projects for the vinyl 5-E-Z paint system.
  • Delivery: A detailed schedule demonstrating the ability to meet the Government's delivery requirements.
  • Price: Offerors with a low total bid price will receive a favorable evaluation.

Key Requirements & Submittals

Offerors must provide Material Test Reports, a Quality Control Manual (QCM) for approval, and participate in a pre-painting conference. Required submittals prior to work include a Quality Control Plan, Shop Drawings, and Material Test Reports. Compliance with various regulations (e.g., AISC, ANSI, AWS, ASTM) is mandatory. Insurance requirements include Workman's Compensation, General Liability, and Automobile Liability. Offerors must provide their CAGE CODE, UEID, and TIN.

Contact Information

All questions should be directed to the Contract Specialist, Brandie Murphy, via email at Brandie.L.murphy@usace.army.mil.

People

Points of Contact

Brandie MurphyPRIMARY
Daniel D. MonahanSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 7, 2026
Draft Tube Bulkhead Seal Retaining Bars, Leaf Springs and Assemblies | GovScope