Bridge Inspection and Assessment - Prescott NF

SOL #: 127EAX26Q0013Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA SOUTHWEST 7
Albuquerque, NM, 871023498, United States

Place of Performance

Crown King, AZ

NAICS

Engineering Services (541330)

PSC

A&E Inspection Services (Non Construction) (C213)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Mar 27, 2026, 8:00 PM

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, Crown King, AZ. This opportunity is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. The work involves safety inspections and load ratings in accordance with national standards. Offers are due by March 27, 2026, at 1:00 PM Pacific Time.

Scope of Work

The contractor will perform safety inspections of three bridges (Bridge #9, Bridge #10, and Crooks Canyon Crossing) following the March 2022 Specifications for the National Bridge Inventory (SNBI). Additionally, load ratings must be conducted in accordance with AASHTO's Manual for Bridge Evaluation (MBE), 3rd ed., 2018. This includes gathering data, photographic evidence, and providing detailed reports with condition assessments, recommended work items, and cost estimates. For bridges without existing plans, bidders must account for determining hidden reinforcement, potentially using destructive and non-destructive techniques. A two-person inspection team, including a qualified Bridge Inspection Team Leader (BITL), is required.

Key Clarifications

  • Period of Performance (POP): While the solicitation specifies 90 days from Notice to Proceed, the Government will accept offers with up to a 120-day POP. However, proposals offering a 120-day POP may be rated lower in the technical area compared to those offering 90 days.
  • Bridge Details: Coordinates and descriptions for the three bridges are provided. Basic sketches and summaries are available for Bridges #9 and #10, but no inspection reports exist for Crooks Canyon. Bridges #9 and #10 were built in 1955; Crooks Canyon's construction year is unknown but estimated around 1955.
  • Technical Requirements: Detailed drawings of main load-carrying elements are requested. Non-destructive and destructive testing may be required to map reinforcement. Load ratings must be performed under the supervision of a Professional Engineer (PE) with any state registration, and the PE's seal is required on calculations.
  • Incumbency: This is a new contract; there is no history of prior contracts for these services.
  • Pricing: Pricing is a required component of the response.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541330 (Engineering Services), Size Standard: $25.5M
  • Place of Performance: Crown King, AZ
  • Period of Performance: 90 calendar days after award (up to 120 days accepted with potential technical rating impact).

Submission & Evaluation

  • Questions Due: March 20, 2026, 3:00 PM Pacific Time, via email to blaine.greenwalt@usda.gov.
  • Offers Due: March 27, 2026, 1:00 PM Pacific Time, via email to blaine.greenwalt@usda.gov.
  • Submission Requirements: Completed SF1449, Price Proposal (Schedule of Items), and Technical Proposal as separate PDF documents. No specific page limit for technical proposals, but they should be reasonable.
  • Evaluation Criteria: Technical Approach, Technical Qualifications, Experience, Capacity to Complete the Inspection, 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.

Important Notes

Offerors must have an active entity registration at SAM.gov. All FAR provisions and clauses are incorporated by reference.

People

Points of Contact

Blaine GreenwaltPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View