Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOURCES SOUGHT

99 -- Kentucky Lock Miter Gate Gearbox Fabrication

Notice Date
3/2/2026 1:42:51 PM
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P5-26-R-KYLF
 
Response Due
3/22/2026 12:00:00 PM
 
Archive Date
04/06/2026
 
Point of Contact
Kenyanna Jennings, Samantha BAUTCH
 
E-Mail Address
kenyanna.l.jennings@usace.army.mil, samantha.d.bautch@usace.army.mil
(kenyanna.l.jennings@usace.army.mil, samantha.d.bautch@usace.army.mil)
 
Description
REQUEST FOR INFORMATION The U.S. Army Corps of Engineers (USACE), Nashville District, is conducting market research to identify qualified contractors for a potential future procurement. The Request for Information (RFI) is for informational and planning purposes only and does not constitute a solicitation for proposals or a commitment to issue a solicitation. The Government will not reimburse any costs associated with responding to this RFI. Requirement: USACE anticipates a firm fixed-price purchase order for the fabrication and delivery of two (2) new Kentucky Lock upstream miter gate low speed gearboxes (one opposite hand of the other). The requirement includes the accompanying output pinions and other miscellaneous items. Anticipated delivery: 365 calendar days from date of Contract Award. NAICS code: 332312 � Fabricated Structural Metal Manufacturing (Size Standard 500 Employee). Mandatory Contractors Qualifications: Minimum of fifteen (15) years of demonstrated experience in the design and fabrication of industrial gearboxes of similar type and services. In-house design and engineering capability Contractor Capability Survey The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or elimination from the requirement. This survey is for market research purposes only. Only contractors capable of providing this type of work should respond to this RFI. Your response to this survey is requested by 2:00PM Central Time, March 23, 2026. Please send by email to Kenyanna Jennings at Kenyanna.L.Jennings@usace.army.mil and Samantha Bautch at Samantha.D.Bautch@usace.army.mil. Section 1: Company Information Name of your firm: CAGE Code: Point of Contract (Name, Phone, Email address): Section 2: Performance and Team Strategy 1. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 2. Description of how you would be capable of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide: An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor prot�g� team through the SBA 8(a) or All Small Mentor Prot�g� Program?) Will you be teaming with other small businesses to meet the self-performance requirements? Will your subcontractors be primarily small businesses? What type of work would likely be subcontracted? Have you performed this type of work previously with similar teaming arrangements? If so, what were issues with contract performance? 3. For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting (DEVIATION DATE)? 4. If this requirement is advertised, do you anticipate submitting a quote? 5. Would a warranty requirement of two (2) years after installation or three (3) years after delivery, whichever occurs first, deter you from submitting a quote? 6. What is the suggested period of performance for this type of work? Section 3: Relevant Experience 7. Provide details for one (1) contract completed or substantially completed (75%) within the last 10 years valued greater than or equal to $1,000,000 that demonstrates the contractor�s experience, as a prime contractor or subcontractor, of similar scope to the requirement (fabrication): Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of self-performance work (based on contract value): Dollar Amount: General Description of project: 8. Please provide any additional information you feel is necessary:
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/72332af967114821a80e7b6c95b85f4f/view)
 
Place of Performance
Address: Grand Rivers, KY, USA
Country: USA
 
Record
SN07731795-F 20260304/260302230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.