MRPO OCA Roads & Parking Lots Evaluation

SOL #: W912EK26QA034Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST ROCK ISLAND
ROCK ISLAND, IL, 61299-5001, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Natural Resources & Environment R&D Svcs; Recreational Resources; R&D Facilities & Maj Equip (AH35)

Set Aside

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

Timeline

1
Posted
May 15, 2026
2
Submission Deadline
May 27, 2026, 7:00 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 U.S. Army Corps of Engineers (USACE), Rock Island District, is soliciting proposals for Pavement Surface Evaluation and Rating (PASER) services for its extensive network of roads and parking lots. This Total Small Business Set-Aside opportunity requires a contractor to analyze and rate pavement distress using USACE-modified PASER criteria, providing recommendations and cost estimates. Offers are due by May 27, 2026, at 2:00 PM Central Time.

Scope of Work

The selected contractor will evaluate approximately 5,407 miles of paved roadways and 8,517 parking lots managed by USACE. Key tasks include:

  • Analyzing and rating pavement distress based on USACE-modified PASER criteria.
  • Utilizing provided action camera imagery and GIS datasets for segment identification and rating.
  • Developing an Excel spreadsheet detailing individual segment ratings for various distress types (e.g., Alligator Cracking, Rutting, Potholes for roads; Longitudinal & Transverse Cracks, Raveling for parking lots).
  • Providing overall segment ratings and general recommendations (e.g., "mill and overlay," "full rebuild") with preliminary cost estimates for segments rated lower than a "B".

Contract Details

  • Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price.
  • NAICS Code: 541330 (Engineering Services), with a size standard of $25.5 Million.
  • Guaranteed Minimum: $2,500.00.
  • Contract Value: Minimum $2,500.00, Maximum $600,000.00.
  • Task Order Value: Minimum $2,500.00, Maximum $50,000.00.
  • Period of Performance: Multiple ordering periods from June 1, 2026, to May 31, 2031. Each task order has a 90-day period of performance from Notice to Proceed.
  • Set-Aside: Total Small Business.

Submission & Evaluation

  • Technical Inquiries/Questions Due: May 20, 2026, 2:00 PM Central Time.
  • Offers Due: May 27, 2026, 2:00 PM Central Time.
  • Quotes must be submitted in two parts: Part I (Administrative and Pricing Information) and Part II (Technical Capabilities).
  • Part II (Technical Capabilities) is limited to 10 pages and is significantly more important than Price.
  • Evaluation will consider Factor 1: Technical Capabilities (evaluated on a "Meets / Fails to Meet" basis and significantly more important) and Factor 2: Price.
  • Bidders must use the provided Schedule of Prices (Attachment 0001) to submit unit prices for evaluation.

Contact Information

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 15, 2026
MRPO OCA Roads & Parking Lots Evaluation | GovScope