Bridge Inspection and Assessment - Prescott NF
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 USDA Forest Service is soliciting proposals for Bridge Inspection and Assessment services for three bridges within the Prescott National Forest, Crown King, AZ. This Total Small Business Set-Aside opportunity requires safety inspections and load ratings. The government intends to award one Firm-Fixed-Price contract. Proposals are due March 27, 2026, at 1:00 PM Pacific Time.
Scope of Work
This effort involves comprehensive inspections and load rating assessments to ensure the safety and structural integrity of three specific bridges (Bridge #9, Bridge #10, and Crooks Canyon Crossing). Key requirements include:
- Safety Inspections: Conducted in accordance with the March 2022 Specifications for the National Bridge Inventory (SNBI).
- Load Ratings: Performed according to AASHTO’s Manual for Bridge Evaluation (MBE), 3rd ed., 2018, including Design Load Rating HL-93 and Legal Load Ratings.
- Data Collection: Gathering dimensions, deterioration details, and photographic evidence.
- Reporting: Providing detailed inspection reports, condition assessments, recommended work items with cost estimates, and load rating results. Reports must be signed by a qualified Bridge Inspection Team Leader (BITL) and a registered Professional Engineer.
- Hidden Reinforcement: Determining the location, size, and extent of reinforcement for structures without existing plans, potentially using destructive and non-destructive techniques.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330 (Engineering Services), Size Standard: $25.5M.
- Period of Performance: All work must be completed within 90 days from the date of notice to proceed (estimated 04/03/2026 to 07/02/2026).
- Questions Due: March 20, 2026, 3:00 PM Pacific Time.
- Proposals Due: March 27, 2026, 1:00 PM Pacific Time.
- Published Date: March 11, 2026.
Evaluation
Quotes will be evaluated based on:
- Technical Approach
- Technical Qualifications
- Experience
- Capacity to Complete the Inspection
- Inspection and Load Rating Data
- Past Performance
- Price
Award will be made to the offeror representing the best value to the Government, specifically the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral. Tradeoffs will not be conducted.
Additional Notes
- This is a new contract; there is no incumbent contractor or prior contract history for these services.
- Pricing is a required component of the response.
- Offerors must have an active entity registration at SAM.gov.
- Submissions (SF1449, Price Proposal, Technical Proposal) must be sent via email to Blaine Greenwalt (blaine.greenwalt@usda.gov).