West Point Spillway Gate Painting
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 Department of the Army, USACE Mobile District, is soliciting proposals for the West Point Spillway Gate Painting project. This Request for Proposal (RFP) is a Best Value Source Selection for a Total Small Business Set-Aside, with an estimated construction order of magnitude between $10,000,000 - $25,000,000. The project involves comprehensive painting and repair of spillway gates and associated equipment. Proposals are due April 23, 2026.
Scope of Work
The contractor will be responsible for providing all labor, materials, and equipment to prep, prime, and paint all metal components of the spillway gates, hoists, and associated equipment. This includes:
- Blasting and painting of each structure.
- Minor structural girder modifications.
- Installing/replacing rubber seals and cathodic protection anodes on each gate.
- Performing weld repairs in accordance with specifications. Additionally, the contractor must remove and replace the "new" set of stoplogs seal assemblies prior to gate painting, and light clean and provide a maintenance overcoat paint on both the "new" and "old" sets of stoplogs. A Critical Path Method (network analysis system) is required for this project.
Contract & Timeline
- Type: Request for Proposal (RFP), Best Value Source Selection
- Magnitude: $10,000,000 - $25,000,000
- Set-Aside: Total Small Business (FAR 19.5). A small business is defined as having average annual receipts of less than $45,000,000.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction (Product Service Code: Z2KA, Repair Or Alteration Of Dams).
- Proposal Due: April 23, 2026, 7:00 PM UTC
- Published: March 20, 2026
Evaluation
Award will be based on a Best Value Source Selection. The solicitation includes bid options which may not be awarded.
Additional Notes
- Registration: All prospective contractors, including subcontractors and suppliers, must be registered in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil to download solicitation documents. Registration in PIEE should be completed at least one week prior to the anticipated issue date. Contractors must also be registered in the System for Award Management (SAM) at https://sam.gov prior to contract award.
- Document Access: Solicitation documents, including plans and specifications, will be available only via the PIEE website. No physical copies will be provided. Contractors are responsible for monitoring the PIEE website daily for updates.
- Submission: All bid forms, bid bonds, and other standard documents must be submitted electronically with the proposal.
- RFI Process: Bidder inquiries during the advertisement period will be conducted exclusively through the ProjNet internet-based system. Instructions will be provided in the RFP. Responses may not be provided for questions submitted within 10 days of bid opening.
- Site Visit: Information regarding a site visit will be posted with the solicitation.
- Contacts: Jeffrey Donaldson (jeffrey.m.donaldson@usace.army.mil, 251-690-3576) and Elizabeth Trimble (elizabeth.m.trimble@usace.army.mil, 251-690-3329).