Bridge Inspection and Assessment - Prescott NF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is soliciting proposals for Bridge Inspection and Assessment Services for three bridges within the Prescott National Forest, AZ. This is a Total Small Business Set-Aside opportunity for Architect & Engineering (A&E) Inspection Services. The work involves safety inspections and load ratings. Offers are due by March 27, 2026, at 1:00 PM Pacific Time.
Scope of Work
This requirement is for the safety inspection of three bridges (Bridge #9, Bridge #10, and Crooks Canyon Crossing) in accordance with the March 2022 Specifications for the National Bridge Inventory (SNBI). Additionally, load ratings must be performed per AASHTO's Manual for Bridge Evaluation (MBE), 3rd ed., 2018. Key tasks include:
- Comprehensive data collection, including dimensions and deterioration details.
- Determining the location, size, and extent of hidden reinforcement using destructive and non-destructive techniques, as no plans are available for the structures.
- Providing detailed inspection reports, condition assessments, recommended work items with cost estimates, and load rating results.
- Implementing Maintenance of Traffic (MOT) as these are open roads, though traffic volume is expected to be minimal.
Key Requirements
- Inspections must adhere to SNBI standards and be performed by a qualified Bridge Inspection Team Leader (BITL).
- Load ratings must comply with AASHTO MBE and LRFD specifications, performed under the supervision of a Professional Engineer (PE) with any state registration.
- A proposed bridge inspection schedule must be submitted 60 days prior to field inspections.
- Access to the underside of bridge slabs may require ladders (e.g., 6-12 feet).
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance (POP): The government prefers a 90-calendar-day POP from the Notice to Proceed (tentatively April 3, 2026, to July 2, 2026). Offers proposing up to a 120-day POP will be accepted but may be rated lower in the technical area.
- Place of Performance: Crown King, AZ.
- NAICS Code: 541330 (Engineering Services), Size Standard: $25.5M.
Submission & Evaluation
- Questions Due: March 20, 2026, 3:00 PM Pacific Time, via email to Blaine Greenwalt (blaine.greenwalt@usda.gov).
- Offers Due: March 27, 2026, 1:00 PM Pacific Time, via email to Blaine Greenwalt (blaine.greenwalt@usda.gov).
- Submission: Offers must include SF1449, Price Proposal, and Technical Proposal as separate PDF documents. The Standard Form 330 is not required but may be submitted voluntarily.
- Evaluation: Quotes will be evaluated based on Technical Approach, Technical Qualifications, Experience, Capacity, Inspection and Load Rating Data, Past Performance, and Price. Award will be made to the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral. Tradeoffs will not be conducted.
- Eligibility: Offerors must have an active entity registration at SAM.gov. This is a new contract with no prior history.