Skip to content
Department of Defense

Roads, Trails, and Infrastructure Repairs at Lake Red Rock, Saylorville Lake, and Coralville Lake, Iowa- Sources Sought for Potential Blanket Purchase Agreement (BPA)

Solicitation: W912EK26LAKES
Notice ID: 4f4dd17cc96243cd9df2909fc7145a6f
TypeSources SoughtNAICS 237310PSCZ2QADepartmentDepartment of DefenseAgencyDept Of The ArmyStateIAPostedApr 07, 2026, 12:00 AM UTCDueApr 21, 2026, 03:00 PM UTCCloses in 13 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IA. Response deadline: Apr 21, 2026. Industry: NAICS 237310 • PSC Z2QA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912EK26LAKES. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$683,595,008
Sector total $37,204,442,544 • Share 1.8%
Live
Median
$552,706
P10–P90
$81,119$1,327,479
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
+1%($2,067,129)
Deal sizing
$552,706 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IA
Live POP
Place of performance
Maxwell, Iowa • 50161 United States
State: IA
Contracting office
Rock Island, IL • 61299-5001 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
IA20260028 (Rev 0)
Match signal: state matchOpen WD
Published Jan 16, 2026Iowa • Adair, Adams, Allamakee +94
Rate
BRICKLAYER (BRICKLAYER/STONE MASON) ZONE 1
Base $37.00Fringe $18.62
Rate
ZONE 2
Base $37.00Fringe $18.62
+56 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 56 more rate previews.
Davis-BaconBest fitstate match
IA20260028 (Rev 0)
Open WD
Published Jan 16, 2026Iowa • Adair, Adams, Allamakee +94
Rate
BRICKLAYER (BRICKLAYER/STONE MASON) ZONE 1
Base $37.00Fringe $18.62
Rate
ZONE 2
Base $37.00Fringe $18.62
Rate
ZONE 3
Base $37.00Fringe $18.62
+55 more occupation rates in this WD
Davis-Baconstate match
IA20260039 (Rev 1)
Open WD
Published Jan 16, 2026Iowa • Crawford
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
BRICKLAYER
Base $29.80Fringe $17.16
Rate
ELECTRICIAN (Low Voltage Wiring)
Base $32.97Fringe $15.92
+23 more occupation rates in this WD
Davis-Baconstate match
IA20260054 (Rev 0)
Open WD
Published Jan 02, 2026Iowa • Union
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
BRICKLAYER
Base $29.80Fringe $17.16
Rate
ELECTRICIAN (Low Voltage Wiring)
Base $32.97Fringe $15.92
+23 more occupation rates in this WD
Davis-Baconstate match
IA20260071 (Rev 0)
Open WD
Published Jan 02, 2026Iowa • Polk
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
TILE SETTER
Base $37.44Fringe $19.12
Rate
Bricklayer and Stonemason
Base $37.44Fringe $19.12
+22 more occupation rates in this WD

Point of Contact

Name
Stanley L. Bolton
Email
stanley.l.bolton@usace.army.mil
Phone
Not available
Name
Ryan R. Larrison
Email
Ryan.R.Larrison@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION MISSISSIPPI VALLEY • ENDIST ROCK ISLAND • W07V ENDIST ROCK ISLAND
Contracting Office Address
Rock Island, IL
61299-5001 USA

More in NAICS 237310

Description

This is a SOURCES SOUGHT and is for informational/market research purposes only. 

THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 

The U.S. Army Corps of Engineers, Rock Island District, is seeking businesses that has the capabilities to support construction requirement for road, trail, and infrastructure repairs at Lake Red Rock, Coralville Lake, and Saylorville Lake in Iowa and would be interested in being issued a BPA or awarded a contract (MATOC) as part of a pool of contractors to do work at either location.

The Government welcomes industry input in the best way to support this critical requirement for a sustained period, at the highest standard, and for a reasonable price. While still being able to allow for competitive fair opportunity to all interested parties.

Please read the full work description.

NAICS CODE: 237310 Highway, Street, and Bridge Construction

SIZE STANDARD: $45 Million

PSC: Z2QA – Repairs or alteration of restoration of real property (Public or Private)

This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposals, quotes or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested in and capable of performing this work.

Companies interested in participating in a BPA or MATOC for this requirement in accordance with the Scope of Work (SOW) must provide documentation to Contract Specialist, Stanley L. Bolton at stanley.l.bolton@usace.army.mil no later than the closing date of this sources sought.

Responses must contain the following documents:

  1. Cover letter with company name, address, UEI code, Cage, Code, Point of Contact (POC) name, POC direct phone number, POC address.
  2. Capability Statement providing information demonstrating the company’s ability to perform construction projects like the requirement.
  3. Past Performance that shows history of current and/or previous contracts for similar construction projects.

See below a condensed scope of the potential work required:

Description of Work:

Coralville Lake  requirement includes, but is not limited to: removal of existing aggregate base, preparation of existing aggregate base, preparation of existing bituminous surfacing/aggregate base for use as new base course, compacted aggregate base, asphalt pavement patching, compacted Portland cement or fly ash modified base course, asphalt cement concrete (ACC) pavement milling, asphalt crack/joint sealing, Portland cement concrete (PCC) pavement milling, concrete crack/joint sealing, concrete curb and gutter, ACC pavement demolition and removal, PCC pavement demolition and removal, trail section replacement, Hot Mix Asphalt (HMA) binder course, HMA surface course, removal of existing pavement marking, pavement marking, compacted aggregate shoulders, topsoil shoulders, fill, excavation/cut, emulsified asphalt slurry seal, bituminous fog coat, cable guardrail, steel-backed timber guardrail, steel beam guardrail, PCC sidewalks, PCC pavements and slabs, early high strength concrete, geotextile, install Government furnished corrugated metal pipe (CMP) and CMP aprons, steel reinforcement, detectable warning panels, bollards, site restoration, seeding, and incidental related work.

Lake Red Rock requirement includes, but is not limited to, removal of existing aggregate base, preparation of existing aggregate base, compacted Portland cement or fly ash modified base course, new compacted aggregate base, compacted aggregate shoulders, topsoil placement, fill, excavation/cut, asphalt pavement patching, asphalt cement concrete (ACC) milling, asphalt crack/joint sealing, ACC pavement demolition and removal, saw cut asphalt, trail section replacement, bituminous fog coat, hot mix asphalt (HMA) binder course, HMA surface course, Portland cement concrete (PCC) milling, concrete crack/joint sealing, PCC pavement and curb and gutter demolition and removal, steel reinforcement, concrete curb and gutter, concrete pavements and slabs, PCC sidewalks, synthetic fiber reinforcement, seeding, geotextile, pavement marking, steel-backed timber guardrail installation, detectable warning panels, site restoration, and related incidental work.

Saylorville lake requirement includes, but is not limited to, removal of existing aggregate base, preparation of existing aggregate base, compacted Portland cement or fly ash modified base course, new compacted aggregate base, compacted aggregate shoulders, topsoil placement, fill, excavation/cut, asphalt pavement patching, asphalt cement concrete (ACC) milling, asphalt crack/joint sealing, ACC pavement demolition and removal, saw cut asphalt, trail section replacement, bituminous fog coat, hot mix asphalt (HMA) binder course, HMA surface course, Portland cement concrete (PCC) milling, concrete crack/joint sealing, PCC pavement and curb and gutter demolition and removal, steel reinforcement, concrete curb and gutter, concrete pavements and slabs, PCC sidewalks, synthetic fiber reinforcement, seeding, geotextile, pavement marking, steel-backed timber guardrail installation, detectable warning panels, site restoration, and related incidental work.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.