Skip to content
Department of Defense

ODF-T FY26 Sac River Access Roadwork

Solicitation: W912DQ26QA009
Notice ID: bec3779b662649dea76c8469b1912409
TypeSolicitationNAICS 237310PSCZ1LBSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMOPostedFeb 04, 2026, 12:00 AM UTCDueFeb 09, 2026, 06:00 PM UTCExpired

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Feb 09, 2026. Industry: NAICS 237310 • PSC Z1LB.

Market snapshot

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

12-month awarded value
$421,921,577
Sector total $33,072,247,130 • Share 1.3%
Live
Median
$3,511,625
P10–P90
$249,776$21,830,563
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($421,921,577)
Deal sizing
$3,511,625 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 MO
Live POP
Place of performance
Warsaw, Missouri • 65355 United States
State: MO
Contracting office
Kansas City, MO • 64106-2896 USA

Point of Contact

Name
Cade Zelinsky
Email
cade.s.zelinsky@usace.army.mil
Phone
8163893143
Name
Christopher W. Anderson
Email
Christopher.W.Anderson@usace.army.mil
Phone
8163893850

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST KANSAS CITY • W071 ENDIST KANSAS CITY
Contracting Office Address
Kansas City, MO
64106-2896 USA

More in NAICS 237310

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  will be conducted as a full and open competition procurement.

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

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 contractors 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. Quotes 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/.

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.