Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

S -- Trail Repair Services - U.S. Army Corps of Engineers, Savannah District

Notice Date
2/4/2026 6:54:36 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN26S0001
 
Response Due
2/11/2026 9:00:00 AM
 
Archive Date
02/12/2026
 
Point of Contact
Stephanie Brasier, Phone: 9126525770, Paul Gaeth, Phone: 9126525134
 
E-Mail Address
Stephanie.brasier@usace.army.mil, paul.r.gaeth@usace.army.mil
(Stephanie.brasier@usace.army.mil, paul.r.gaeth@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE Trail Repair Services U.S. Army Corps of Engineers, Savannah District This is a Sources Sought Notice issued in accordance with FAR Part 10. The purpose of this notice is to conduct market research to identify potential sources and industry capabilities that will inform the development of the forthcoming solicitation. This notice does not constitute a solicitation, request for proposal, or commitment by the Government. No contract will be awarded from this announcement. This Sources Sought Notice is issued solely for information and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses are not offers and will not be accepted by the Government to form a binding contract. Respondents are responsible for all costs incurred in responding to this notice. This commercial service acquisition will be awarded on a Firm-Fixed-Price (FFP) basis. This is a 100% Small Business Set-Aside conducted under FAR Part 13, Simplified Acquisition Procedures. PROJECT OVERVIEW The U.S. Army Corps of Engineers (USACE), Savannah District, anticipates issuing a solicitation for the following requirement: Requirement: Procurement of trail repair services for 19.61 miles (103,518 ft) of damaged trail on the Bartram Trail located within South Carolina and Georgia within the J. Strom Thurmond Dam and Lake Project Area. Trail repair shall consist of clearing and re-establishing the tread (Walking Surface), marking the trail, repairing or replacing 11 foot bridges, and repairing minor creek crossings. Address: J. Strom Thurmond Dam and Lake, 510 Clarks Hill Highway, Clarks Hill, SC 29821 Delivery Schedule: Contractor shall conduct mobilization, demobilization, and trail repair at the J. Strom Thurmond Project as specified in this PWS within the period of performance (POP). Contractor shall provide project start dates within 14 days of issuance of contract award. The POP shall be for 180 DAYS FROM DATE OF AWARD OF CONTRACT Scope of Work: Trail Corridor Clearing: The contractor will remove trees, brush and other obstacles within the established trail corridor. The current corridor is 4-8 feet wide and 10 feet high. The trail will be cleared to a width of not less than (NLT) 60"" for all terrain. Clearing heights of all trail construction should be NLT 10'. Any additional clearing should be kept within the already cleared bounds. All trees and small brush that are in the actual tread of the trail will be grubbed out and removed 2"" below bare soil to avoid dangerous stabs and tripping hazards in the trail. The contractor should not flush cut trees with the bare soil. No tree over 4"" in diameter will be cut without prior approval from the COR. All trees and brush, which extend over the trail, should be cut at or below ground level, without leaving any sharp edges that could be hazardous. Trees next to the trail need not be grubbed. All waste materials from trees and brush will be pulled a minimum of 10 feet away from away from the trail. Tread Repair: The trail tread should be repaired or re-established down to bare mineral soil. The finished trail will be free from organic material except as approved by the COR, where building through the organic layer is not desired for environmental or other reasons. The repaired tread should be between 18"" and 24"" in width. The full bench construction method will be employed on all side hills greater than 15%. The back slope should be properly angled at no greater than 60% on all sections of the full bench trail. The tread should out slope a minimum of 3-5%. The tread shall be free of all stubs. Waste materials from the tread construction must be blended into the natural environment in a manner which does not create noticeable debris piles. Waste materials will not be placed in a manner that would create a berm on the low side of the trail or impede drainage of the trail. Trail markings: The contractor will re-mark the trail corridor by painting yellow paint hatches 4 �' - 5' above the ground, 4"" X 8"" in size. Hatches will be painted on the right sides of the trail for each direction of travel every 75""- 100'. Marking should be minimal along the trail as required to provide adequate trail sight line identification. Any present existing marked tree should be repainted. Yellow carsonite posts will be placed every 1/2 mile along the main trail. The contractor will place brown stickers on each post indicating the distance marked. White carsonite posts will be utilized on the Lake Springs Loop portion of the trail marking every 1/2 mile. Yellow carsonite posts with stickers will be placed at each trailhead or crossing. Stickers on the yellow carsonite posts at trailheads or crossings will indicate trail direction, hiking and bikes only, no motorized vehicles or horses. Minor Creek Crossings: The contractor will remove any debris located within minor creek crossings. Concrete brick or similar material will be placed in each minor creek crossing to establish a satisfactory surface for walking and riding non-motorized bicycles across the crossing. Foot Bridges: 11-foot bridges as outlines in attachment 2 will be repaired or replaced depending on the severity of the damage to each. Foot bridges will be repaired or replaced with treated lumber. Boards for the walking surface will be spaced to provide drainage of water. A suitable cloth material will place, covered with chicken wire, and secured on the walking surface. All foot bridges will be properly anchored and secured so in a manor that establishes a satisfactory and safe crossing. Bridge Abutments (As Required): Contractor shall prepare abutments foot bridge-sites locations (two abutments per site), as required. Clear all obstructive debris, stumps and roots in an area 8 ft. wide X 10 ft. long. Abutment areas shall be graded as necessary and left level. Upon completion of each abutment, the disturbed ground shall be covered with a grass-seed to reduce erosion. REQUIREMENT DETAILS Construction Waste Materials: All non-degradable material will be removed from the trail. Contractor shall be responsible for correcting any violation notices, complying with all environmental laws, and repairing any damage caused by their operations to public or private property, including landscaping. Contractor shall provide all labor, equipment, materials, and services for operations which includes, but not limited to, repair of the tread (walking surface), bench cut repairs, foot bridge repairs, and water crossing repairs. Contractor shall coordinate delivery schedules with the COR to minimize disruption to park visitors and operations. All work shall be accomplished in a safe manner in accordance with the EM 385-1-1 dated 15 March 2024 and OSHA standards. The contractor shall be duly licensed in accordance with the city�s, state�s, and county�s statutory requirements to perform the work. All trucks and equipment must comply with all applicable federal, state, and local rules and regulations to include USACE EM 385-1-1. NAICS CODE & PSC NAICS Code: 561730 - Landscaping Services PSC: S208 - housekeeping- landscaping/groundskeeping SUBMISSION REQUIREMENTS Interested firms are invited to submit a capability statement that includes the following information: Company name, address, point of contact, phone number, and email Business size and socio-economic status (Small Business, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the applicable NAICS code Description of relevant experience providing performance-based services for trail restoration Ability to meet the delivery schedule and logistical requirements Feedback or recommendations that may assist the Government in refining the solicitation (e.g., delivery methods, quality assurance, industry standards) RESPONSE INSTRUCTIONS Responses shall be submitted electronically in PDF format to: Brasier, Stephanie A CIV USARMY CESAS (USA) Stephanie.Brasier@usace.army.mil CC Gaeth, Paul R A09 MSG SAS Paul.R.Gaeth@usace.army.mil Subject line: Sources Sought Response � Trail Repair Services, USACE Savannah District Due Date: 11 Feb 2026 This Sources Sought Notice is issued solely for information and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses are not offers and will not be accepted by the Government to form a binding contract. Respondents are responsible for all costs incurred in responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/59dbe3a9588e4d3c89a12de4d92357d5/view)
 
Place of Performance
Address: Clarks Hill, SC 29821, USA
Zip Code: 29821
Country: USA
 
Record
SN07705135-F 20260206/260204230039 (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.