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 Total Small Business Set-Aside opportunity seeks a contractor to perform roadway surface repairs, including milling and asphalt replacement. The Government intends to award one (1) Firm-Fixed-Price (FFP) contract. Proposals are due February 11, 2026, at 5:00 PM EST.
Scope of Work
The project involves comprehensive roadway surface repair services. Key tasks include:
- Milling existing asphalt surfaces and replacing asphalt pavement.
- Performing associated roadway maintenance activities to restore safe and durable driving conditions.
- Incorporating drainage improvements to ensure proper water runoff and prevent accumulation.
- Furnishing all labor, equipment, materials, supervision, and incidentals.
- Minimizing disruption to ongoing project operations and ensuring public and personnel safety.
Specifically, the scope covers milling and replacement of approximately 64,306 square yards of asphalt across five distinct project areas, including Modoc Campground (11,058 sq yards) and Petersburg Campground (10,734 sq yards). While crack sealing is not a primary required activity, it is available on an "as-needed" basis, with milling and overlay operations expected to address existing cracking. Basic, temporary erosion control measures are also expected.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: Generally from contract award until March 27, 2026. However, the Period of Performance for CLINs 0001 and 0003 has been extended to February 21 to May 1, 2026, and for Lake Springs and Ridge Road to April 1, 2026.
- NAICS Code: 237310, with a size standard of $47,000,000.00.
- Set-Aside: 100% Small Business Set-Aside.
- Submission Deadline: February 11, 2026, at 5:00 PM Eastern Standard Time (EST).
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
Evaluation
Award will be made using a Best Value Tradeoff process. Technical and Past Performance evaluation factors are significantly more important than Price. The solicitation includes minimum technical capability thresholds. Key evaluation factors include technical approach, past performance, and price. Liquidated damages are not applicable to this solicitation.
Additional Notes
Clarifications indicate that a single qualified individual can perform multiple roles (Site Superintendent, Site Safety and Health Officer, Quality Control Inspector) if all requirements are met. Deep patching or full-depth repairs are not explicitly included but may be added via contract modification if necessary. Contractors are responsible for damage caused by their operations.