Olmsted Lock and Dam Load Handling Equipment Inspection and Services BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Louisville District, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Load Handling Equipment (LHE) Inspection and Services at the Olmsted Locks and Dam, IL, and supporting other Louisville District Locks & Dams. This Total Small Business Set-Aside opportunity requires periodic and annual crane, hoist, derrick, and rigging equipment inspections, along with load testing services. The BPA will be awarded to a single contractor based on the lowest evaluated price, with individual calls not exceeding $10,000 and annual funding capped at $40,000. Responses are due May 15, 2026, at 10:00 AM Eastern Time.
Scope of Work
The selected contractor will provide all plant, labor, and materials for comprehensive LHE inspection and load testing. Key services include:
- Periodic and annual inspections of Crawler Cranes, Overhead Hoists, Derricks, and Rigging Equipment.
- Support for all Louisville District Locks & Dams, primarily at Olmsted Locks and Dam.
- Providing daily site visit rates, with specific calls generated for each inspection requirement.
- Compliance with applicable standards such as OSHA 29 CFR Part 1910, ASME/ANSI B30 series, and 46 CFR Part 173.
- Preparation of detailed inspection reports (e.g., OSHA-71/72) including photographic documentation and load test certificates.
- Inspectors must be certified by recognized bodies (e.g., NCCCO, CIC) and be Qualified Persons (QP).
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 ($12.5M size standard)
- Product Service Code: J039 (Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment)
- Place of Performance: Olmsted Locks and Dam, 634 New Dam Road, Olmsted, IL 62970, and other Louisville District Locks & Dams.
- Period of Performance:
- Base Year: Date of Award through March 2027
- Option Year One: April 1, 2027 - March 31, 2028
- Option Year Two: April 1, 2028 - March 31, 2029
- Option Year Three: April 1, 2029 - March 31, 2030
- Option Year Four: April 1, 2030 - March 31, 2031
- Funding Limits: No individual call shall exceed $10,000.00; annual funding shall not exceed $40,000.00.
Submission & Evaluation
- Submission Method: Electronic submittals only via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Detailed instructions for PIEE registration and submission are provided.
- Required Forms: Offerors must complete the "Price Breakout Schedule" (including labor, travel, expenditures, and inflation in hourly rates) and the "Representations & Certifications" form.
- Evaluation Basis: Award will be made to the lowest priced offeror based on the evaluated price for the base and all option periods. The Government reserves the right to award based on initial quotes without discussions.
- Eligibility: Offerors must be registered in SAM.gov prior to submission.
Key Dates
- Questions Due: May 8, 2026, at 10:00 AM Eastern Time
- Responses Due: May 15, 2026, at 10:00 AM Eastern Time
- Published Date: April 27, 2026
Contact Information
- Primary Point of Contact: Maxwell Williams, maxwell.s.williams@usace.army.mil, 502-315-6493. Technical points of contact should not be contacted until after award.