Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2026 SAM #8900
SOURCES SOUGHT

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

Notice Date
4/7/2026 10:41:38 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
 
ZIP Code
61299-5001
 
Solicitation Number
W912EK26LAKES
 
Response Due
4/21/2026 8:00:00 AM
 
Archive Date
05/06/2026
 
Point of Contact
Stanley L. Bolton, Ryan R. Larrison
 
E-Mail Address
stanley.l.bolton@usace.army.mil, Ryan.R.Larrison@usace.army.mil
(stanley.l.bolton@usace.army.mil, Ryan.R.Larrison@usace.army.mil)
 
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: Cover letter with company name, address, UEI code, Cage, Code, Point of Contact (POC) name, POC direct phone number, POC address. Capability Statement providing information demonstrating the company�s ability to perform construction projects like the requirement. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4f4dd17cc96243cd9df2909fc7145a6f/view)
 
Place of Performance
Address: Maxwell, IA 50161, USA
Zip Code: 50161
Country: USA
 
Record
SN07770878-F 20260409/260407230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.