ASPHALT REPAIR SERVICES AT J. STROM THURMOND DAM AND LAKE

SOL #: W912HN26QA006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST SAVANNAH
SAVANNAH, GA, 31401-3604, United States

Place of Performance

Clarks Hill, SC

NAICS

Highway (237310)

PSC

Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 11, 2026, 10:00 PM

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, GA, and McCormick County, SC. This Total Small Business Set-Aside opportunity seeks a contractor to perform roadway surface repair, including milling, asphalt replacement, and drainage improvements. The Government intends to award one Firm-Fixed-Price (FFP) contract. Proposals are due February 11, 2026, at 5:00 PM Eastern Standard Time (EST).

Scope of Work

The contractor will provide all labor, equipment, materials, supervision, and incidentals for roadway milling, asphalt replacement, and related maintenance. Key aspects include:

  • Milling existing asphalt surfaces and replacing pavement.
  • Incorporating drainage improvements to ensure proper water runoff and prevent water accumulation.
  • Minimizing disruption to ongoing project operations and ensuring the safety of personnel and the public.
  • The total asphalt milling and replacement requirement has been increased to 64,306 square yards.
  • Specific areas include Modoc Campground (11,058 square yards) and Petersburg Campground (10,734 square yards).
  • The Period of Performance for Lake Springs and Ridge Road is revised to begin on April 1, 2026.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: February 11, 2026, at 5:00 PM EST
  • Published: February 5, 2026 (latest amendment)
  • Period of Performance: CLINs 0001 and 0003 have been extended to May 1, 2026.

Evaluation

This procurement will utilize a Best Value Tradeoff approach. Technical and Past Performance evaluation factors are significantly more important than Price. While minimum technical capability thresholds will be included, the Government reserves full discretion to make tradeoffs among non-price factors to determine the best overall value.

Submission Requirements

Offerors must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Bidders must acknowledge receipt of all amendments.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
View
View
View
View

Versions

Version 10
Solicitation
Posted: Feb 10, 2026
View
Version 9
Solicitation
Posted: Feb 10, 2026
View
Version 8
Solicitation
Posted: Feb 6, 2026
View
Version 7
Solicitation
Posted: Feb 5, 2026
View
Version 6
Solicitation
Posted: Feb 5, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 5, 2026
Version 4
Solicitation
Posted: Feb 5, 2026
View
Version 3
Solicitation
Posted: Feb 3, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Jan 30, 2026
View