ASPHALT REPAIR SERVICES AT J. STROM THURMOND DAM AND LAKE
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), Savannah District, is soliciting proposals for Asphalt Repair Services at the J. Strom Thurmond Dam and Lake Project in Columbia County, Georgia, and McCormick County, South Carolina. This requirement is a Total Small Business Set-Aside and will result in one (1) Firm-Fixed-Price (FFP) contract. Proposals are due by February 9, 2026, at 5:00 PM EST via the PIEE Solicitation Module.
Scope of Work
The contractor will provide all labor, equipment, materials, supervision, and incidentals for roadway surface repair. This includes milling existing asphalt, replacing pavement, and performing associated maintenance to restore safe and durable driving conditions. All work must incorporate drainage improvements and minimize disruption to ongoing project operations while ensuring public and personnel safety. The total asphalt milling and replacement requirement has been updated to 64,306 square yards across five project areas, with specific increases for Modoc Campground (11,058 sq yards) and Petersburg Campground (10,734 sq yards).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1LB (Maintenance Of Highways/Roads/Streets/Bridges/Railways)
- Place of Performance: J. Strom Thurmond Dam and Lake Project, GA/SC
- Period of Performance: Revised for CLINs 0001 and 0003 to April 1, 2026. Lake Springs and Ridge Road periods of performance are revised to begin on April 1, 2026.
Evaluation Factors
Award will be based on a Best Value Tradeoff process. Technical and Past Performance evaluation factors are significantly more important than Price. While minimum technical capability thresholds exist, the Government retains full discretion to make tradeoffs among non-price factors to determine the best overall value.
Key Amendments
Amendment 0002, published February 5, 2026, revised the Performance Work Statement (PWS) and updated project quantities. The total square yardage increased to 64,306, with specific increases for Modoc and Petersburg Campgrounds. It also extended the Period of Performance for certain CLINs and revised start dates for Lake Springs and Ridge Road. This amendment explicitly states that the proposal due date is NOT extended.
Submission Requirements
Offerors must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by February 9, 2026, at 5:00 PM Eastern Standard Time (EST). Bidders must acknowledge receipt of all amendments.
Contact Information
- Primary: Paul Gaeth (paul.r.gaeth@usace.army.mil, 912-652-5134)
- Secondary: Amy Collins (amy.l.collins@usace.army.mil, 912-652-5505)