ODF-T FY26 Sac River Access Roadwork
SOL #: W912DQ26QA009Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST KANSAS CITY
KANSAS CITY, MO, 64106-2896, United States
Place of Performance
Warsaw, MO
NAICS
Highway (237310)
PSC
Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 8, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 9, 2026, 6:00 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), Harry S Truman Dam & Reservoir, Kansas City District, is soliciting proposals for the ODF-T FY26 Sac River Access Roadwork. This project involves roadway and parking lot rehabilitation at public use areas within the Harry S. Truman Lake Project, specifically Sac River Access and Osage Bluff. This is a Firm Fixed-Price contract with an estimated magnitude between $100,000 and $250,000. Quotes are due February 9, 2026, at 12:00 PM local time.
Scope of Work
The project focuses on rehabilitating public use areas, including:
- Base CLIN 0001: Harry S Truman, Sac River Access HMA Replacement, involving pulverization of existing asphalt, spreading, compacting, and placing new Hot Mix Asphalt (HMA). The required asphalt thickness is 4 inches.
- Option Line Item 0002: Installation of aggregate shouldering on the new HMA roadway.
- Option Line Item 0003: Sac River Access Aggregate Parking Lot Rehabilitation, which includes removing and replacing existing parking curbs, grading, and adding aggregate overlay (2-inch minimum using existing grade).
- Option Line Item 0004: Osage Bluff Pavement Crack Fill (no demolition required for this option).
- Option Line Item 0005: Osage Bluff Surface Seal Treatment, including removing and re-installing parking curbs and applying surface sealant. Seal coating is required in addition to crack filling. The contractor is responsible for all plant, labor, equipment, and materials. Work hours are typically 7:00 am to 4:30 pm, Monday through Friday.
Contract Details & Requirements
- Contract Type: Firm Fixed Price.
- Estimated Magnitude: $100,000 to $250,000.
- Period of Performance: 270 calendar days from the Notice to Proceed (NTP). Optional CLINs are concurrent with the base period.
- NAICS Code: 237310 (Highway, Street, and Bridge Construction).
- Set-Aside: Full and Open Competition.
- Bonding: A Bid Guarantee is required if the quote exceeds $150,000 (20% of bid price or $3,000,000, whichever is less). Performance and Payment Bonds (100% of awarded contract) are required before NTP if the offer price exceeds $150,000.
- SAM.gov: Active registration in SAM.gov is mandatory prior to submitting proposals.
- Environmental Compliance: The contractor must comply with all applicable Federal, State, and local environmental laws and regulations.
- Material Approval: For material approval, bidders must submit a manufacturer's Technical Data Sheet (TDS) or Product Data Sheet; a Safety Data Sheet (SDS) is insufficient.
Submission & Evaluation
- Quote Due Date: February 9, 2026, 12:00 PM local time.
- Submission Method: Quotes must be submitted via email in PDF format to cade.s.zelinsky@usace.army.mil and christopher.w.anderson@usace.army.mil.
- Inquiries: The last day to submit inquiries was February 2, 2026, 12:00 PM local time.
- Evaluation Criteria: Offers will be evaluated based on Price, Relative Experience, and Past Performance. Relative Experience and Past Performance, when combined, are considered more important than price.
- Site Visit: A site visit was held on January 22, 2026, at 10:00 am CST.
People
Points of Contact
Cade ZelinskyPRIMARY
Christopher W. AndersonSECONDARY