USACE Great Lakes and Ohio River Division (LRD) which is comprised of Buffalo District, Chicago District, Detroit District, Huntington District, Louisville District, Nashville District and Pittsburgh District, is seeking interest from various Metal Machining and Fabrication businesses for potentially a Multiple Award Task Order Contract (MATOC) (detailed below).
There is a recurring need within USACE LRD for fabrication of highly specialized, durable components that are critical to the continued operation of complex, integrated locks and dams and Civil Works system(s). The potential value of the Metal Machining and Fabrication effort for LRD is between $250M-$400M over approximately 5-10 years. This future MATOC is anticipated to be similar to the contracts awarded under the previous solicitations: W911WN22R0001 and W911WN22R0002.
THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY USACE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR IMPROPER IDENTIFIED INFORMATION.
The purpose of this sources sought announcement is to gain knowledge of interested, capable, and qualified businesses. Additionally, USACE is requesting feedback on the inclusion of installation of the metal fabrications in the scope. The North American Industry Classification System (NAICS) Code for this work is 332312 Fabricated Structural Metal Manufacturing; Size Standard 500 employees; Product Service Code (PSC) 9640 – Iron and Steel Primary and Semifinished Products.
This MATOC will be for Metal Fabrication and installation of the metal fabrications primarily for Civil Works projects (but could include Military requirements) within the LRD mission boundaries. District offices are located in Louisville, KY; Nashville, TN; Chicago, IL; Detroit, MI; Huntington, WV; Pittsburgh, PA; and Buffalo, NY. The LRD mission boundaries encompass the following states (or part of the state): Kentucky, Ohio, Indiana, Illinois, Tennessee, Alabama, West Virginia, Virginia, North Carolina, Michigan, New York, Pennsylvania, Wisconsin and Minnesota.
USACE manages and maintains a vast network of large inventory of locks and dams and other substantial Civil Works structures requiring continuous upkeep. Maintaining this infrastructure often requires the repair, replacement, installation, and modernization of highly specialized, durable, and critical components. Historically, most all components were made from traditional steel or metal through casting and fabrication. However, as technology advances, USACE is increasingly able to fabricate some of these items using composite materials like fiber reinforced polymers (FRP) or through additive manufacturing techniques such as Wire Arc Additive Manufacturing (WAAM). While conventional methods will still be used for most of these components, USACE anticipates a growing reliance on newer technologies.
These contracts will provide the USACE LRD the means to obtain new products or parts and/or to have existing parts rebuilt or reconditioned so as to maintain the Locks and Dams and Flood Risk Management Projects. To the greatest extent possible all materials shall be domestically manufactured or produced. Design of components to be procured in this contract will be performed by USACE or USACE Architect Engineers Contractor.
FABRICATION METHODS: The Contractor will be required to provide and deliver new metal castings, forgings or built-up steel components; heat treated steel components; stress relieved components; stainless steel overlays, hard chrome overlays, various types of bushings and bearings; precise milling, turning, grinding, planning, slotting, and other machine work; and pressure vessel manufacturing and certification. Contractor shall be capable of supplying and delivering new or refurbished existing hydraulic cylinders, strut arm spring assemblies; structural steel or aluminum fabrication; welding and bolting of structural steels, castings, and forgings; galvanized coating, vinyl painting or other approved coating systems; and other operations that are necessary to provide complete products or parts that are necessary to the operation of the locks, dams and facilities of the Districts located in the USACE LRD.
Coating or painting requirements may occur at the Contractor’s facility or at the Government facility and will be stated per applicable Delivery Order.
FABRICATION PRODUCTS: The fabrication and/or refurbishment to be included under the contemplated MATOC may include, but is not limited to the following: miter gates, Tainter gates, vertical lift gates, roller gates, flap gates, emergency gates, spillway gates, skin sheets, gate anchorages, lock bulkheads, dam bulkheads, emergency bulkheads, culvert bulkheads, culvert valves, stop logs, floating mooring bitts, bridges, jib cranes, spillway cranes, intake cranes, barge cranes, bulkhead cranes, intake screens, screen bars, hydraulic cylinders, open gears, gear boxes, hydro gantry cranes, tailrace gantry cranes, maintenance cranes, hydro headgates, and trash
racks.
At a minimum, the fabrication facility shall be large enough to fabricate 110' wide bulkheads, miter gates up to 75ft x 65 ft, and 110' wide Tainter gates indoors and as a complete unit.
The Contractor will need to provide secure and appropriate ventilated storage area for short-term storage of fabricated item(s) as required per Delivery Order.
INSTALLATION: Installation of the above-mentioned fabricated components may include but is not limited to the utilization of marine equipment, land-based cranes and floating cranes to access the lock and dam, floating risk management facilities, and other facilities. Fabrications may be very large and must be installed to close tolerances. Installation work may require refurbishment and/or removal and disposal of existing structures. Installation may also require removal of associated components, operating equipment, or structures to install fabricated parts, and subsequent replacement of those removed parts. Installation will be completed by skilled trades and will be subject to wage rates identified per Delivery Order, when applicable. Delivery Orders with installation scope may contain incidental construction and respective clauses, as applicable.
When fabricating or refurbishing certain structural steel items, the fabricating plant and fabricator will need to be certified under the American Institute of Steel Construction (AISC) Quality Certification Program with a Fracture Critical Endorsement (FCE), a Sophisticated Paint Endorsement (SPE), and one of the following certifications:
- Certified Bridge Fabricator – Intermediate (IBR)
- Certified Bridge Fabricator – Advanced (ABR)
- Certified Hydraulic Fabricator (HYD) pre-2020 certified
- Certified Advanced Hydraulic Fabricator (HYDA)
This sources sought is to survey the available market; there is no estimated award date for any contracts.
If interested in any of the above scope of work, please respond to this sources sought notice by submitting your firm’s capabilities statement AND completing the below questions via email to the address below.
- Identify your Cage Code and business size (large/small)
- Is your firm interested and capable of performing within the entire boundaries of LRD?
- Identify if your firm is capable of both fabrication and refurbishment.
- Provide feedback on the inclusion of installation in the scope for fabricated items.
- Indicate how many projects and the approximate size of those projects (in dollars) your firm can manage simultaneously.
Responses must be received no later than 2:00 P.M. Central Time, on Monday, September 15, 2025. The point of contact concerning this notice is Melissa Harlon (Contracting Officer) and Isaiah Johnson (Contract Specialist). Submit your response to Isaiah.M.Johnson@usace.army.mil and courtesy copy Melissa.r.harlon@usace.army.mil.