ASPHALT REPAIR SERVICES AT J. STROM THURMOND DAM AND LAKE
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Feb 11, 2026. Industry: NAICS 237310 • PSC Z1LB.
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237310
Description
10 Feb 2026 a conformed copy to include the solicitation and all amendments is attached. The U.S. Army Corps of Engineers (USACE), Savannah District, requires roadway surface repair services at the J. Strom Thurmond Dam and Lake Project, located within Columbia County, Georgia, and McCormick County, South Carolina. The work includes, but is not limited to, milling existing asphalt surfaces, replacing asphalt pavement, and performing associated roadway maintenance activities necessary to restore safe and durable driving conditions. The contractor shall perform all operations in accordance with applicable Federal, state, and local laws, regulations, and policies, as well as all contract specifications and referenced standards. All roadway surfacing activities must incorporate drainage improvements to ensure proper water runoff and prevent water accumulation, which is essential to the long-term performance and structural integrity of the roadway. The contractor shall furnish all labor, equipment, materials, supervision, and incidentals required to complete roadway milling, asphalt replacement, and related maintenance. WAll work shall be executed in a manner that minimizes disruption to ongoing project operations and ensures the safety of personnel and the public. The Government intends to award one (1) Firm-Fixed-Price (FFP) contract resulting from this solicitation. This procurement will utilize a Best Value Tradeoff. When combined, the Technical and Past Performance evaluation factors are significantly more important than Price. While the solicitation will include minimum technical capability thresholds similar to a Lowest Price Technically Acceptable (LPTA) baseline, the Government reserves full discretion to make tradeoffs among non-price factors to determine the proposal that represents the best overall value to the Government. Offerors shall submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module no later than:09 Feb 2026 at 5:00 PM Eastern Standard Time (EST). Amendment 001 published 02 FEB 2026 revise the Performance Work Statement (PWS) and the Contract Line-Item Numbers (CLINs) to incorporate updated project quantities. The total square yardage has been increased to 53,839, and the square yardage for Ridge Road has been increased to 16,931. All associated documents, MAP, and pricing structures are updated accordingly to reflect these changes. As well as this Amendment published Government Questions and answers for this requirement as of 02 FEB 2026. Amendment 002-3 is to extend the Period of Performance and to incorporate revisions to the required service quantities. The total square yardage requirement is increased to 64,306 square yards, with Petersburg increased to 10,734 square yards and Modoc increased to 11,058 square yards. Additionally, the Period of Performance for Lake Springs and Ridge Road are revised to end on 01 April 2026
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.