ODF-T FY26 Sac River Access Roadwork
ID: W912DQ26QA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for roadwork services at the Harry S. Truman Lake Project, specifically for the ODF-T FY26 Sac River Access Roadwork. The project entails roadway and parking lot rehabilitation, including Hot Mix Asphalt (HMA) replacement, road shouldering, aggregate parking lot rehabilitation, pavement crack filling, and surface seal treatment, with a performance period of 270 days from the Notice to Proceed. This full and open competition procurement has an estimated contract value between $100,000 and $250,000, with proposals due by 12:00 PM local time on February 9, 2026. Interested contractors must have an active registration in the System for Award Management (SAM) database and can direct inquiries to Cade Zelinsky at cade.s.zelinsky@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil.

    Files
    Title
    Posted
    The document outlines the FY25 Roadwork Project at the Harry S Truman Dam and Reservoir, managed by the U.S. Army Corps of Engineers, Kansas City District. The project involves HMA replacement and shouldering, with estimated quantities of 2930 SY for HMA replacement and 115 CYD for shouldering. Key requirements for contractors include coordinating area closures 14 days prior to work, performing full-depth HMA replacement, milling and reusing HMA as a modified base material, and refraining from storing equipment or materials along Missouri Highway 82. Contractors must also provide a closure plan with barricades and signage, verify all dimensions before bidding, and obtain prior authorization for tree removal. The project emphasizes safety and adherence to specified construction practices for road maintenance around the reservoir.
    The U.S. Army Corps of Engineers Kansas City District is soliciting proposals for roadwork services at the Harry S. Truman Lake Project, specifically for the ODF-T FY26 Sac Access Roadwork. This is a full and open competition procurement with an estimated price range of $100,000 to $250,000. The project involves Hot Mix Asphalt (HMA) replacement, road shouldering, aggregate parking lot rehabilitation, pavement crack filling, and surface seal treatment. The performance period is 270 days from the Notice to Proceed. Proposals are due by 12:00 PM local time on February 9, 2026, and must be submitted via email. Key evaluation factors include price, relative experience, and past performance, with relative experience and past performance combined being more important than price. A bid guarantee is required for offers exceeding $150,000. All contractors must be registered in the System for Award Management (SAM) database.
    The FY25 Sac River Access Roadwork Project, detailed in Solicitation No. W912DQ26QA009, outlines a supplemental bid schedule for various roadwork and rehabilitation tasks. The project includes five main CLINs: CLIN 0001 for pulverization of reclaimed asphalt and placement of hot mix asphalt pavement; CLIN 0002 for the optional installation of aggregate shouldering; CLIN 0003 for optional aggregate rehabilitation, including removing and replacing parking curbs, and grading for rock overlay at two locations; CLIN 0004 for optional Osage Bluff crack fill preparation and installation; and CLIN 0005 for optional Osage Bluff bituminous surface treatment, including removing and reinstalling parking curbs and applying surface sealant. This supplemental schedule is for evaluation purposes and is not contractually binding; the CLIN schedule will control pricing in case of discrepancies. Contractors must verify all approximate dimensions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    John Day Transportation and Site Access
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for the John Day Transportation and Site Access project, which involves designing and constructing transportation improvements at the John Day Dam in Oregon. The project aims to enhance access for heavy equipment and improve safety and traffic flow by creating a new public access road, modifying existing roads, and adding facilities such as a guard station and auxiliary monitoring building. This total small business set-aside opportunity, valued between $10 million and $25 million, requires proposals to be submitted electronically by January 30, 2026, with evaluations based on past performance and technical approach. Interested parties should direct inquiries to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    JST Asphalt Mill and Replace Services, USACE-SAV
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Savannah District, is seeking qualified contractors for asphalt milling and replacement services at the J. Strom Thurmond Dam and Lake Project, covering approximately 36,410 square yards across four recreational areas in Georgia and South Carolina. The project requires mobilization, demobilization, milling and replacement of asphalt pavement according to state DOT specifications, as well as traffic control, safety compliance, environmental protection, and hauling away milled material. This opportunity is crucial for maintaining the infrastructure of recreational facilities and ensuring compliance with federal, state, and local regulations. Interested firms must submit capability statements by January 9, 2026, to Stephanie Brasier at Stephanie.brasier@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil, as this notice is for market research purposes only and does not constitute a solicitation.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Sources Sought for Missouri River Navigation Obstruction Removal
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is conducting market research to identify firms capable of providing construction services for the removal of navigation obstructions on the Missouri River at river miles 90-91 in Franklin County, Missouri. The project involves dismantling, demolition, removal, and disposal of obstructions using mechanical methods and floating plant, with no land access permitted. This initiative is crucial for maintaining navigational safety and efficiency on the river, with an estimated project magnitude between $1,000,000 and $5,000,000, adhering to NAICS Code 237990. Interested firms must submit a capabilities statement by January 20, 2026, at 2:00 p.m. (CST) to Erick Ottoson at erick.s.ottoson@usace.army.mil, detailing their relevant experience and qualifications.