Closed Solicitation · DEPT OF DEFENSE

    OFH-T FY25 SAC ACCESS ROADWORK

    Sol. PANNWD-25-P-0000025258PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)KANSAS CITY, MO
    Closed
    STATUS
    Closed
    closed Sep 30, 2025
    POSTED
    Jul 28, 2025
    Publication date
    NAICS CODE
    237310
    Primary industry classification
    PSC CODE
    Z1LB
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers seeks contractors for roadway and parking lot rehabilitation at the Harry S. Truman Lake Project, with an estimated project value between $100,000 and $250,000. This 100% Small Business Set-Aside opportunity requires compliance with environmental regulations and includes a 270-day performance period. Proposals will be due 30 days after the solicitation release, which is expected within 60 days. Interested bidders must register in the SAM database.

    Contract details

    Solicitation No.
    PANNWD-25-P-0000025258
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 28, 2025
    Response Deadline
    September 30, 2025
    NAICS Code
    237310AI guide
    PSC / Class Code
    Z1LB
    Primary Contact
    Cade Zelinsky
    State
    MO
    ZIP Code
    64106-2896

    Description

    Harry S. Truman Lake Project Sac Access Roadwork

    The U.S. Army Corps of Engineers (USACE), Harry S Truman Dam & Reservoir, has a need for roadway and parking lot rehabilitation of public use areas. Contractor must include in their pricing all plant, labor, equipment, and all materials (not listed as Government Furnished) necessary for a complete installation. Optional CLINs may or may not be exercised as part of the Contract.

    The standard workday is 7:00 am to 4:30 pm Monday thru Friday, excluding Federal holidays. Work hours may be adjusted with approval of Contracting Officer. Any request for variation from these hours must be coordinated with the Contracting Officer at a minimum of 72 hours in advance.

    The Contractor shall comply with all applicable environmental Federal, State, and local laws and regulations. The Contractor shall be responsible for any delays resulting from failure to comply with environmental laws and regulations. During Construction, the Contractor shall be responsible for identifying, implementing, and submitting for approval any additional requirements for environmental compliance.

    A detailed Statement of Work will be provided with the Solicitation.

    The estimated period of performance for completion of the awarded contract is 270 calendar days from the Notice to Proceed (NTP).

    The estimated magnitude of this project, including all option contract line items (CLINs), is between $100,000 and $250,000. This procurement will be conducted using 100% Small Business Set-Aside.

    The applicable North American Industry Classification System (NAICS) Code is 237310 for Highway, Street, and Bridge Construction.

    The solicitation is expected to be available not less than 15 days of this notice, but within the next 60 days, and proposals are expected to be due at least 30 days after solicitation release date unless solicitation amendments extend the due date and time.

    The due date and time will be specified in the solicitation. Currently, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly.

    There will be a site visit planned for this solicitation. The details to attend the site visit will be included in the solicitation.

    Bid Bonds will be required in the amount of 20% of the bid price or $3,000,000, whichever is less. Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before NTP can be issued.

    The contact information to submit technical inquiries and questions relating to the solicitation will be provided on the solicitation when it is made available.

    If you have questions about Government procurements in general or need assistance in the preparation of proposals, assistance may be available through the APEX Accelerators program (formerly known as the Procurement Technical Assistance Program). This program was originally authorized by Congress in 1985 to expand the number of businesses capable of participating in the Government marketplace. To find an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/. (You may need to scroll down the page on the Apex Accelerator website to access the search function.) This is a free service by a nonprofit paid for by the U.S. Government.

    Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting proposals. Firms can register through the https://www.sam.gov/SAM/ website to create or update their SAM.gov accounts. Proposals from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. For assistance with SAM.gov registration, please visit https://www.aptac-us.org/sam-registration/.

    Key dates

    1. July 28, 2025Posted Date
    2. September 30, 2025Proposals / Responses Due

    Frequently asked questions

    OFH-T FY25 SAC ACCESS ROADWORK is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.