OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
ID: 69056723R000010Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. This project involves significant construction work, including trail rehabilitation, marina facility upgrades, and rockfall risk reduction measures, with an estimated contract value between $25 million and $35 million. The improvements are critical for enhancing safety and accessibility in a popular national park, addressing existing geological hazards and deteriorating infrastructure. Proposals are due by November 6, 2025, and interested contractors can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment A001 to Solicitation No. 69056723R000010 revises the "OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements" project. The primary change is the site visit time on September 17, 2025, which is now scheduled for 09:00 AM instead of 10:00 AM at the Cleetwood Cove Trail parking lot. The amendment also emphasizes the importance of submitting technical questions in writing to wfl.plans-spec@dot.gov and notes that answers will be publicly posted. It reiterates the requirement for offerors to complete Representations & Certifications online via SAM.gov before bid submittal and highlights a 10% price evaluation factor applied to large business bids when a HUBZone small business also submits an offer. Offers must acknowledge receipt of this amendment to avoid rejection.
    Amendment A002, effective September 23, 2025, modifies Solicitation No. 69056723R000010 for the OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements project. This amendment revises the SF 1442 (Solicitation, Offer, and Award), specifically updating physical data and removing language from Block 24. Key changes include revisions to Technical Evaluation Factor 1 on page B-20 and updates to contract clauses. Several FAR Clauses (52.236-1, 52.236-2, 52.236-3, and 52.243-4) are deleted and replaced with updated versions. Additionally, TAR Clause 1252.232-70,
    Amendment A003 modifies solicitation 69056723R000010 for the OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements project, with an effective date of September 25, 2025. This amendment revises subsection 655.06 within the Special Contract Requirements on page F-127 and modifies Detail A on Plan sheet H.2. The revisions primarily focus on the installation guidelines for an anchored wire mesh system, emphasizing specific requirements for safety scaling, wire mesh placement, intimate contact with the ground surface, and the attachment of backing fabric. It also details the pretensioning force and the lacing of mesh panels. All other terms and conditions of the original solicitation remain unchanged.
    Amendment A004 to Solicitation No. 69056723R000010 for the OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements project, issued by the Federal Highway Administration, revises key dates and information. The amendment, effective September 26, 2025, extends the deadline for general and technical questions to October 30, 2025, and the offer due date from October 6, 2025, to November 6, 2025. Additionally, the notice to proceed date has been revised from January 2, 2026, to February 27, 2026. The project, located in Crater Lake National Park, Oregon, will be awarded using the Lowest Priced Technically Acceptable (LPTA) method under FAR Part 15. The solicitation includes a Base schedule and three Option schedules (X, Y, Z), with a completion date of October 29, 2028. All other terms and conditions of the original solicitation remain unchanged.
    Amendment A005 to Solicitation No. 69056723R000010, effective October 14, 2025, details revisions for the "OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements" project. This amendment clarifies special contract requirements, adding the "Cleetwood Cove Report_Golder_031317-RevA.pdf" to Subsection 102.02B, Physical Data. It also modifies language in Section 555 concerning Fabrication and Erection of Steel Structures, specifically regarding certification for fabricating plants and steel erectors. Furthermore, Subsection 646C.04 (Design) and 646C.07 (Fabrication and Placement) have language removed concerning marina floats. The solicitation period is not extended. All other terms and conditions remain unchanged.
    Golder Associates Inc. conducted a geotechnical assessment of the Cleetwood Cove trail and bulkhead at Crater Lake National Park, Oregon, to identify and characterize geological hazards. The report details significant rockfall hazards from upper and lower cliffs, as well as eroding colluvium, classifying sections of the trail from low to high risk. It also inventories and assesses 57 retaining walls and rockeries, many of which are distressed and do not meet modern design criteria. The trail tread itself suffers from poor material consolidation and erosion. The 2011-built bulkhead has progressively failed due to wave erosion, subgrade settlement, and rockfall impacts. The assessment proposes various conceptual mitigation options, including rockfall protection (barriers, draped mesh, rock sheds), stabilization (anchored mesh, shotcrete, rock bolts), and avoidance strategies (trail re-routing, tunnels), while deeming elevated structures unfeasible. The findings will inform the National Park Service in selecting preferred mitigation options for design and funding.
    The Cleetwood Trail project in Crater Lake National Park aims to enhance the existing trail by addressing slope stabilization, constructing a new fixed pier structure, and upgrading restroom facilities at Cleetwood Marina. The project involves multiple construction options including the removal of the current restroom, extensive slope protection measures, and reconstruction of the marina with environmentally sensitive designs, such as a floating dock system. The development will encompass trail reconstruction over 1.026 miles, utilizing methods that align with federal highway specifications. Key aspects include addressing unstable slopes with gabions and mechanically stabilized earth walls, ensuring site safety and environmental compliance. The project aligns with federal grants and RFPs, focusing on sustainable infrastructure development within national parks. The timeline for completion and adherence to rigorous safety standards are paramount in this governmental initiative, underscoring the importance of maintaining ecological integrity while improving visitor access and experiences within the park.
    The US3-A Slope Stabilization project focuses on addressing unstable slopes in a designated area, employing shotcrete application and rock reinforcement techniques to enhance stability. The project includes the identification of unstable slope boundaries, areas requiring reinforcement, and intensive scaling metrics, with detailed plans outlined across several layouts. Key implementation measures involve the use of different rock bolt specifications (25 kip and 50 kip) and the necessity for tree removal in specific locations. The plans also indicate that the full extent of shotcrete areas is not depicted, implying that further assessment may be required to determine additional application areas as directed by the Contracting Officer. The documented general scaling limits for each unstable slope aim to ensure safety and compliance throughout the project's execution. This project underscores the federal initiative to manage geological risks and improve infrastructure integrity while adhering to regulatory standards.
    The document outlines the proposed stabilization efforts for unstable slopes along the US7 and US8 highways in Oregon, as part of the NPS CRLA 2018 initiative. The plans detail the use of shotcrete and the installation of rock bolts and dowels for structural reinforcement. Key specifications include the applicable dimensions for reinforcement lengths and the general scaling limits, which are critical for ensuring road safety and slope stability. The layouts specify areas where shotcrete application is necessary, although not all areas are depicted in the plans. Additionally, tree removals are indicated as required interventions. This document represents a significant step towards enhancing infrastructure reliability, ensuring public safety, and addressing geological concerns within the scope of government-funded projects, emphasizing adherence to regulatory standards and engineering best practices.
    The document outlines detailed construction specifications and design guidelines for various erosion control and structural protection measures, primarily utilizing rockery, gabion walls, and soil nail retaining walls. It emphasizes the importance of implementing soil erosion control methods, such as coir rolls and geotextile filters, at designated elevations to enhance structural stability. The design details cover the placement of rocks, gabions, and other components at specified dimensions while ensuring drainage systems are integrated to manage runoff effectively. Key points include instructions on removing existing structures, specifications for material sizes, recommended installation practices, and requirements for soil properties based on a geotechnical report. Additionally, the document provides details on temporary traffic control measures for the associated construction area, ensuring safety and accessibility for the public during the project execution. Overall, this document serves as a comprehensive guideline for contractors working on infrastructure projects managed by the National Park Service, focusing on effective soil erosion control and structural integrity while adhering to federal standards.
    The document outlines the plans for slope stabilization at various locations along US1 and US2, primarily focusing on addressing unstable slopes. The project involves multiple stabilization layouts specified as "OPTION Z" across different sheets labeled from ZA.1 to ZA.20 and ZB.1 to ZB.9, indicating that the drawings are detailed yet not intended for immediate construction. Key components of the project include the use of shotcrete to reinforce areas with unstable slopes, implementation of rock dowels and rock bolts, and tree removals where necessary. Each layout specifies minimum reinforcement lengths and provides a visual reference for unstable slopes, potential reinforcement areas, and scaling limits. Overall, the purpose of the project is to enhance safety and stability along these routes, reflecting the government's commitment to infrastructure maintenance. This detailed plan addresses both immediate engineering challenges and adheres to local environmental considerations, ensuring compliance with federal regulations regarding construction and public safety. The thoroughness of the plans signifies a strategic approach to preventing landslides and promoting long-term infrastructure integrity.
    The document outlines the design plans for the stabilization of an unstable slope (US3-B) through shotcrete application and rock bolting, as part of the NPS CRLA 2018 project. It specifies that full shotcrete area extents are not detailed in the plans; however, general scaling limits and directives on reinforcement lengths beside rock bolts and dowels are provided. Multiple layout options (from 01 to 28) illustrate potential reinforcement areas, intensive and general scaling limits, and the placement of various types of rock bolts (25 kip and 50 kip) and rock dowels. Each layout draft confirms that the measures requested are to be performed under the direction of the Contracting Officer (CO). Notably, tree removal and specific installation directions are also part of the proposal. The document emphasizes safety and structural integrity by delineating scaling limits and detailing the intervention strategies necessary for slope stabilization, thus supporting compliance with environmental and engineering standards mandated in government grants and RFPs. The not-for-construction label indicates the plans are preliminary and may require further refinement during the proposal review process.
    The document provides detailed physical alignment data for the FEDERAL HIGHWAY ADMINISTRATION WESTERN FEDERAL LANDS HIGHWAY DIVISION PROJECT, OR NPS CRLA 2018(1), focusing on Cleetwood Trail and Marina Improvements. It meticulously outlines horizontal and vertical alignment specifications for the Marina, Regrading, Trail, and two specific walls (14+54 LT and 17+95 LT). Each section includes precise measurements such as station, northing, easting, elevation, tangential direction and length, radius, delta, degree of curvature, and chord. The reports were created in January and December 2024, emphasizing that all units are in feet. The file serves as a comprehensive technical reference for the geometric design and layout of the project components.
    The document, titled "PHYSICAL DATA for FEDERAL HIGHWAY ADMINISTRATION WESTERN FEDERAL LANDS HIGHWAY DIVISION PROJECT OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements AS-BUILT GAS LINE," details physical data related to a federal highway administration project. The project, identified as OR NPS CRLA 2018(1), focuses on improvements to the Cleetwood Trail and Marina. A key component of this document is the inclusion of "AS-BUILT GAS LINE" information, indicating that it contains details about the actual, post-construction configuration of a gas line relevant to the aforementioned improvements.
    This government file details the process for transferring Survey Control point lists (in Excel format) to an Excel plan sheet for the NPS CRLA 2018(1) project in Oregon. It provides instructions on how to insert common sheet information, handle data location and formatting, and manage multiple sheets. The document specifies project details such as the "Cleetwood Trail" project name, field work date (October 2016), project units (International Foot), coordinate system (Oregon south SPCS NAD83 2011), epoch date (2010.0000), and vertical datum (NGVD29). It also includes a list of survey control points with their state plane coordinates (North, East, Elevation), geo-coordinates (Latitude, Longitude), and descriptions (2" Alum cap on 5/8" Rebar). A crucial instruction is provided for checking distances between points by inversing state plane coordinates and dividing by the average combined scale factor of 0.99959236. The file is essential for survey control and mapping for the specified federal project.
    The document, "PHYSICAL DATA for FEDERAL HIGHWAY ADMINISTRATION WESTERN FEDERAL LANDS HIGHWAY DIVISION PROJECT OR NPS CRLA 2018(1)," pertains to the Cleetwood Trail and Marina Improvements project at Crater Lake National Park. The primary purpose of this file is to provide crucial physical data, specifically outlining "No Fly Zones" for the project site. The document includes a map, titled "Crater Lake No Fly Zone Map," which visually depicts restricted airspace around Cleetwood Cove. The map indicates two distinct restriction periods: one "Until End of June" and another "Until August 15th." This information is vital for project planning and execution, likely related to drone operations, aerial surveys, or other activities requiring air space coordination within a federal lands highway division project. The inclusion of "PHYSICAL DATA" in the title suggests that this document is a component of a larger set of project specifications or a Request for Proposal (RFP) for federal grant work, emphasizing the practical and logistical aspects of the project.
    The Geotechnical Memorandum 32-24 assesses Summit Quarry as a material source for the Cleetwood Trail and Marina Improvement Project at Crater Lake National Park, Oregon. The Western Federal Lands Highway Divisions (WFLHD) conducted site observations and laboratory testing on samples of andesite and pyroclastic breccia. The study concludes that pyroclastic breccia is unsuitable due to its low strength. However, the andesite meets or exceeds material quality requirements for riprap, rockeries, select granular backfill, filter rock, and granular rock backdrain, though further processing and testing (e.g., alkali-silica reactivity) are needed for use in concrete aggregates or subbase materials. The memorandum highlights ongoing permitting processes and recommends consulting project-specific contract requirements for further guidance.
    The Cleetwood Cove Trail and Marina Improvements Project in Crater Lake National Park, Oregon, involves the rehabilitation of the Cleetwood Cove Trail, replacement of the marina and restroom facilities, and implementation of rockfall risk reduction measures. The project addresses significant issues with the existing trail, including its erodible surface, and the deterioration of numerous retaining walls (timber crib, dry-stacked stone, and mortared stone masonry). Geotechnical investigations, including field reconnaissance, subsurface borings, and laboratory testing, have been conducted to inform the design. The report details the project's setting, geology, and prevalent geologic hazards like seismicity and frequent rockfall from both the Upper and Lower Cliffs, which pose significant risks to trail users. The Unstable Slope Management Program was used to evaluate nine unstable slopes, identifying areas with high rockfall hazard due to differential erosion and structural failures. The report provides a comprehensive overview of the site conditions and lays the groundwork for the recommended geotechnical analyses and construction considerations to improve the trail's safety and durability.
    The document outlines slope stabilization and protection layouts for various US routes (US3, US4, US6, US7, US8, US9), detailing rock bolt and rock dowel specifications, shotcrete applications, and anchored wire mesh systems. It also includes details for rockery, gabion, and mechanically-stabilized earth walls, along with soil nail retaining wall designs. Key requirements include specific bolt and dowel reserves, material specifications, installation methods, and safety measures. The document also provides information on drainage systems and rockfall protection fences, emphasizing adherence to engineering standards and manufacturer recommendations for comprehensive slope stability and protection.
    The Cleetwood Trail & Marina project in Crater Lake aims to replace an existing bulkhead damaged by wave erosion. The U.S. National Park Service (NPS) has decided against rebuilding within the wave zone. The Western Federal Lands Highway Division (WFLHD) is designing the new bulkhead and has provided recommendations based on lake level monitoring and weather data. Key recommendations include setting the new bulkhead above the maximum wave runup elevation of 6184.1 feet, ensuring project improvements below the wave runup zone are above the 10 percent wave elevation of 6182.0 feet, and specifying Class 5 riprap with a 38-inch thickness for side slopes flatter than or equal to 2.25(h):1(v), and Class 6 riprap with a 48-inch thickness for side slopes between 2(h):1(v) and 1.5(h):1(v). The project's impact on the Zone A floodplain is expected to be negligible, and hydraulic modeling is not anticipated. The document includes detailed hydraulic analysis for riprap sizing and wave runup calculations for different slope inclinations.
    The document outlines the comprehensive plan for the NPS CRLA 2018(1) project at Crater Lake National Park, focusing on infrastructure improvements for the Cleetwood Cove area. This includes significant work on the Cleetwood Trail, marina facilities, and extensive slope stabilization and protection. The project involves various construction activities such as excavation, shoring, riprap placement, and the installation of retaining walls (rockery, gabions, mechanically stabilized earth walls, soil nail retaining walls). It also details the removal of existing structures, installation of new fixtures, and temporary traffic control measures. The plan specifies quantities for materials and labor, including options for a fixed pier structure, a new restroom facility, and additional slope stabilization. Detailed maps, typical sections, and survey control data are provided, highlighting unstable slope areas and critical construction limits. The project emphasizes soil erosion control and rockfall protection.
    The provided government file, part of federal RFP documents, details the US8 and US9 Slope Stabilization projects. The core purpose is to outline the layout and key considerations for stabilizing unstable slopes through the application of shotcrete, rock bolts, and rock dowels. The file comprises multiple layouts (01-14 for US8 and 01-19 for US9), each indicating areas for shotcrete application, unstable slope boundaries, potential reinforcement zones, and areas of intensive and general scaling. Key notes emphasize that the full extent of shotcrete areas is not always shown and its application should cover all areas as directed by the Contracting Officer (CO). Additionally, minimum reinforcement lengths for rock bolts and dowels are specified. The legend defines symbols for shotcrete, unstable slope boundaries, reinforcement areas, and scaling limits, along with different types of rock bolts (25 kip and 50 kip) and tree removal. The project, identified as NPS CRLA 2018(1) with NPS PMIS No. 264912, focuses on critical infrastructure stabilization and safety measures.
    The document outlines the US1 and US2 Slope Stabilization projects, detailing the scope of work for stabilizing unstable slopes. Key aspects include the application of shotcrete to all designated areas as directed by the Contracting Officer (CO), with the understanding that the full extent of shotcrete areas may not be explicitly shown on the plans. The project also involves the use of rock bolts (25 kip and 50 kip) and rock dowels for reinforcement, with minimum reinforcement lengths specified for each. General scaling limits for each unstable slope (US) are referenced to sheet G.2, and the plans include provisions for intensive scaling and tree removal. The overall purpose is to reinforce and stabilize identified unstable slope boundaries within the NPS CRLA 2018(1) project.
    The Stormwater Pollution Prevention Plan (SWPPP) for the Cleetwood Trail and Marina Project at Crater Lake National Park outlines measures to control stormwater pollution during construction. Prepared by the FHWA, Western Federal Lands Highway Division, the plan details responsible parties, project information, construction activities, potential pollutant sources, discharge points, and compliance with environmental regulations. Key aspects include erosion and sediment controls like turbidity curtains and perimeter controls, operational controls for spill prevention, waste management, and equipment maintenance. The project, spanning from July 2025 to November 2027, involves rock scaling, trail rehabilitation, and marina reconstruction. Inspections will be conducted regularly, and corrective actions will be promptly implemented. The SWPPP emphasizes protecting Crater Lake from construction-related pollutants, ensuring adherence to environmental standards and preserving natural resources.
    The FHWA-WFLHD Equipment Inspection Report outlines a detailed procedure for inspecting equipment to ensure cleanliness and compliance. Inspections must occur under good lighting and visibility, with equipment free of mud, dirt, and organic debris. Inspectors use flashlights and mirrors for thorough checks. Contractors are required to facilitate the inspection by operating machinery, opening panels, and providing equipment information such as previous location and serial numbers. The report lists numerous items to be inspected for cleanliness, including the undercarriage, tires, bumpers, engine components, and interior. If soil or plant material is found, contractors must remove and dispose of it appropriately. The inspection concludes with a pass/fail determination, noting reasons for failure. This document is crucial for maintaining equipment standards in federal projects, ensuring environmental protection, and operational readiness.
    The FLH Bridge Oversized/Overweight Permit Load Request is a two-page application for obtaining permits for oversized or overweight vehicle movements across bridges. It requires applicants to provide details such as their name, company, USDOT number, contact information, description of the load and route, and date of movement. The application also asks for specific vehicle configuration dimensions including width, height, length, and gross weight. A crucial part of the application is a detailed vehicle configuration sketch on the second page, which includes top and side views with dimensions, an axle table detailing axle number, spacing, weight, load per axle, and number of tires per axle. The document emphasizes that incomplete, illegible, or inconsistent data will result in the application being returned for correction. The second page also includes sections for agency use, including review, approval or denial, and permit conditions.
    The document appears to be a collection of fragmented government files, likely related to RFPs, grants, or similar solicitations. Due to significant redaction and the jumbled nature of the text, it is impossible to identify a main topic, key ideas, or supporting details. The content is unintelligible, consisting primarily of alphanumeric characters and symbols that do not form coherent words or sentences. Therefore, a meaningful summary cannot be generated from the provided information. It is crucial to have a clear and readable document to perform an effective analysis and summarization of government files.
    The Western Federal Lands Highway Division has issued a notice regarding the Cleetwood Trail and Marina Improvements project at Crater Lake National Park, Oregon, under Solicitation No. 69056723R000010. This project entails trail reconstruction, slope stabilization, marina grading, construction of a prefabricated building and new restroom facilities, and installation of pier structures. Potential Offerors are encouraged to assess project sites during fall, as winter snow may hinder access. Aggregate material for construction will need to be sourced from external companies, which must pass a weed inspection; available suppliers have been identified. Solicitation documents will be accessible in winter 2024/2025, with updates provided via the SAM website. The notice underscores environmental precautions by emphasizing the need for weed-free material sources and initiating inspections well in advance. This project illustrates the federal government’s commitment to maintaining and improving national park infrastructure while adhering to environmental regulations.
    The Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Klamath County, Oregon, encompasses a 1.026-mile aggregate base trail reconstruction. Key components include slope stabilization, construction of various retaining walls, and marina reconstruction, featuring a new floating dock system and building structure, alongside demolition of an existing restroom and installation of a vault toilet. The project is slated for completion in Fall 2027, with an estimated cost between $30 million and $40 million. The detailed work specifications cover numerous construction activities and environmental controls, including erosion management and structural reinforcement. Options for contractor quality control, scheduling, and equipment rentals are included, along with various supporting components such as rockfall protection and utility management. This substantial project highlighted in the federal RFP aims to enhance park facilities while ensuring adherence to construction quality and environmental standards, thereby supporting both visitor experience and park preservation efforts.
    The document, OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements, is a response to a question regarding an RFP. The main purpose is to clarify the correct contact phone number for FHWA for questions related to the solicitation. The specified contact number is 360.619.7520, and the clarification was provided on 8/21/2025. This interaction is typical for government RFPs where potential bidders seek to confirm administrative details to ensure proper communication regarding the project.
    The document addresses inquiries related to the Cleetwood Trail and Marina Improvements project under the authority of the National Park Service. Specifically, it responds to a technical question regarding the identity of the project engineer. The response emphasizes that the government will not disclose the project engineer's information, urging interested parties to consult the sam.gov website for updates on the project. The document reflects standard operational procedures within government Request for Proposals (RFPs), highlighting confidentiality and directing stakeholders to official channels for information. This approach underscores the government's commitment to transparency while maintaining necessary privacy concerning specific project personnel.
    The OR NPS CRLA 2018(1) document, "Cleetwood Trail and Marina Improvements," addresses questions regarding an RFP. Key clarifications include confirming the contact phone number for FHWA (360.619.7520). The RFP specifies a 50 PSF live load for floating docks, which will not be readjusted despite exceeding industry standards, and bidders must comply. Additionally, snow load is not to be considered concurrent with live load for docks and gangways. This document provides crucial information for potential bidders, ensuring clarity on technical specifications and contact details for the project.
    The "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements" document addresses contractor questions regarding an RFP for marina improvements. Key points include confirmation of a specific contact number for FHWA inquiries (360.619.7520), a clarification that the specified 50 PSF live load for floating docks will not be readjusted despite exceeding industry standards, and that snow load is not considered concurrent with live load for docks and gangways. Several questions regarding the restrictive nature of Technical Evaluation Factor 1, particularly concerning experience requirements, indicate that Amendment A002 will allow proposed subcontractors' experience to be used for Construction and Operational Elements. However, a request to reduce the project value for Operational Element 3 and remove the multi-year requirement was denied. Finally, the government clarified that a prime bidders list is not provided, directing vendors to sam.gov for the Interested Vendors List and providing contact information for the Federal Service Desk for assistance.
    The "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements" document addresses technical and general questions related to a federal government RFP. Key issues include clarification on the FHWA contact number, confirmation that floating dock live load specifications (50 PSF) remain unchanged, and that snow load is not concurrent with live load. Several questions pertain to relaxing restrictive requirements for Technical Evaluation Factor 1, specifically regarding contractor and subcontractor experience for Construction and Operational Elements; Amendment A002 will address allowing subcontractor experience. The document also clarifies that a double twist wire mesh is not required for Type II anchored wire mesh (to be addressed in Amendment A003) and that trailside rockfall fence, anchored mesh, and draped mesh lines are not available in solicitation documents.
    This document addresses various questions and clarifications regarding the OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements project, a federal government RFP. Key areas covered include: confirmation of contact information for FHWA (Question 1), clarification on floating dock live load specifications (Question 2) and snow load concurrency (Question 3), and significant discussion around Technical Evaluation Factor 1, specifically regarding the relaxation of requirements for contractor and subcontractor experience (Questions 4, 5, 6, 7, 16). Other points include guidance on obtaining a prime bidders list (Question 8), clarification on anchored wire mesh requirements (Question 9), the unavailability of topographic sheets for certain elements (Question 10), acceptable alternatives for shotcrete (Question 11), permission for ATVs on the trail (Question 12), disposal of scaled rocks (Question 13), handling of removed trees/vegetation (Question 14), state contracting license requirements (Question 15), disposal of excess soil (Questions 17, 18), and the government's decision not to extend the bid due date (Questions 19, 20). The document also clarifies the due date for subcontracting plans (Question 21).
    The "Cleetwood Trail and Marina Improvements" document addresses bidder questions and clarifications for a federal government RFP, focusing on technical and general aspects of the project. Key issues include confirmation of contact information, clarification on live load and snow load requirements for floating docks, and significant adjustments to Technical Evaluation Factor 1 regarding contractor and subcontractor experience. The document also details acceptable materials and methods (e.g., gunite vs. shotcrete, use of ATVs on trails), disposal of excess materials, and specific requirements for anchored wire mesh and rock scaling. Important updates include an extension of the solicitation date to November 6, 2025, and clarification on the use of subcontractor experience for technical evaluation. The government also provided guidance on obtaining a prime bidders list and the timing for subcontracting plan submissions.
    This government file, "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements," addresses questions and answers related to an RFP for improvements at Cleetwood Trail and Marina. Key topics include clarifying contact information, adjusting live load specifications for floating docks, and determining concurrent loads for docks and gangways. A significant portion of the document focuses on relaxing restrictive requirements for Technical Evaluation Factor 1, particularly concerning contractor and subcontractor experience, which will be addressed in Amendment A002. Other points cover the use of subcontractors for meeting technical requirements, the availability of a prime bidders list, specifics on anchored wire mesh, the absence of topographic sheets for certain elements, alternatives for shotcrete, and the use of small vehicles on the trail. The document also details procedures for scaled rocks, disposal of removed trees, subcontractor licensing, disposal of excess soil, and extending the solicitation date to November 6, 2025 (Amendment A004). Further clarifications include subcontracting plan due dates, revegetation responsibilities, warranty periods, design life of soil nail walls (75 years), corrosion protection requirements, and the provision of additional physical data in Amendment A005.
    This government file, "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements," addresses questions and answers related to a federal solicitation. Key topics include clarifying technical requirements for floating docks (live load and snow load), experience requirements for contractors and subcontractors for Technical Evaluation Factor 1, and the use of subcontractors for meeting construction and operational elements. The document also provides guidance on obtaining a vendors list, specifics on anchored wire mesh, shotcrete alternatives, material transport, disposal of scaled rocks and excess soil, and project warranty. The solicitation date was extended by 30 days to November 6, 2025, through Amendment A004. Requirements for multi-year road construction projects exceeding $15 million, whether as a prime or subcontractor, are reiterated for Technical Evaluation Factor 1, with a minimum of two and a maximum of seven projects allowed to demonstrate experience.
    This government file, "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements," consists of a series of questions and answers related to a federal government Request for Proposal (RFP) for construction and operational improvements. Key issues addressed include clarifying the correct contact number for FHWA, adjusting live load specifications for floating docks, and confirming that snow load is not concurrent with live load. Significant discussion revolves around the Technical Evaluation Factor 1 requirements, specifically regarding the experience needed by prime and subcontractors, with several amendments (A002, A004) modifying these criteria to allow subcontractor experience and extend the bid date. Other technical clarifications include the type of anchored wire mesh, the acceptance of gunite as an alternative to shotcrete, and the disposal of excavated materials. The document also provides guidance on viewing the interested vendors list and clarifies requirements for rockfall barriers and soil nail wall design life and corrosion protection.
    The "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements" document addresses various questions and concerns from contractors regarding a federal government RFP. Key areas of discussion include clarification on contact information, adjustments to live load specifications for floating docks, and the consideration of snow load concurrency. A significant portion of the document focuses on Technical Evaluation Factor 1, with multiple questions seeking relaxation of experience requirements and clarification on using subcontractor experience. The government confirmed that subcontractor experience can be used for construction and operational elements and will be addressed in Amendment A002. Other critical points include changes to mesh requirements, allowance of certain equipment on trails, and disposal of excavated materials. The solicitation date was extended by 30 days to November 6, 2025, via Amendment A004. Further clarifications were provided on soil nail wall design life, corrosion protection, and rockfall barrier specifications, with Amendment A005 addressing some of these points and amending fabrication requirements for floating docks.
    This government file, "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements," details a series of questions and answers regarding a federal government Request for Proposal (RFP). The document addresses various technical specifications and administrative requirements for a multi-year road construction project exceeding $15 million. Key topics include clarifications on live and snow loads for floating docks, technical evaluation criteria for contractor experience (allowing subcontractor experience for construction and operational elements), the required opening size for wire mesh, the acceptance of alternative rockfall barrier systems, and the extension of the solicitation and question due dates. Other points cover disposal of excess soil, permitting small vehicles on trails, and corrosion protection for soil nails. The document also clarifies that revegetation will be performed by the Park and that contracting licenses are subject to State requirements, not federal review.
    The OR NPS CRLA 2018(1) document addresses numerous questions and clarifications regarding the Cleetwood Trail and Marina Improvements project, a federal government RFP. Key areas of discussion include live and snow load requirements for floating docks, which remain unchanged despite contractor queries. Several amendments (A002, A003, A004, A005) are noted, primarily to relax restrictive technical evaluation factors, allow subcontractors' experience for various elements, clarify mesh requirements, extend the bid date by 30 days to November 6, 2025, and amend fabrication certifications. The document also clarifies requirements for rockfall barriers, soil nail walls (with a 75-year design life), and the disposal of excess soil. Important project details such as the ability to use small tractors, the non-concurrent consideration of snow and live loads, and the need for Natina staining on rockfall barriers are confirmed. Additionally, it specifies that revegetation will be performed by the Park, and subcontracting plans are due before award, not with proposals.
    The "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements" file addresses numerous technical and general questions regarding an RFP for trail and marina upgrades. Key points include clarifying contact information, confirming live and snow load requirements for floating docks, and addressing subcontractor experience for Technical Evaluation Factor 1, which will be detailed in Amendment A002. The solicitation deadline has been extended to November 6, 2025, via Amendment A004. Other clarifications involve the use of specific mesh types, rockfall barrier specifications, disposal of excess soil, and contractor design responsibilities for various components like rock bolts and barriers. The document also confirms that revegetation will be performed by the Park and provides details on material reuse and disposal. Overall, the file outlines project requirements, addresses bidder concerns, and indicates forthcoming amendments to the RFP.
    The "OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements" document is a Q&A log addressing various aspects of a government RFP for trail and marina upgrades. Key points include clarifications on technical requirements for floating docks and rockfall protection systems, live load specifications, and the use of subcontractors' experience for technical evaluations. The solicitation period was extended by 30 days due to project complexities, and the bid due date is now November 6, 2025. The document also addresses contractor responsibilities for design components, material disposal, and adherence to environmental regulations, emphasizing that many designs are provided by WFLHD, with contractors responsible for installation and specific design elements like anchors and temporary works. Overall, it provides crucial guidance for bidders on technical, logistical, and administrative requirements for the project.
    The Federal Highway Administration (FHWA) has issued Solicitation No. 69056723R000010 for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Klamath County, Oregon. This Request for Proposals (RFP) is for construction work, approximately 1.026 miles in length, utilizing U.S. Customary units and governed by the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14. The project, with an estimated price range of $25,000,000 to $35,000,000, is being solicited under a Lowest Priced Technically Acceptable (LPTA) basis, including a Base schedule and three Option schedules (X, Y, and Z). Bids are due by October 6, 2025, at 14:00 local time, and electronic proposals will not be accepted. A mandatory site visit is scheduled for September 17, 2025. Key requirements for offerors include completing SF 1442, acknowledging amendments, providing a bid schedule and guarantee, and submitting an “Authority to Sign” document. Large businesses must also submit a subcontracting plan. The project has a fixed completion date of October 29, 2028.
    The document outlines the visit requirements and agenda for the OR NPS CRLA 2018(1) Cleetwood Trail and Marina Improvements project at Crater Lake National Park. The purpose of the site visit is for potential contractors to identify project boundaries, challenges, and staging areas. All visitors must sign in, and any additional information or documents will be posted on SAM.gov. Questions will not be answered on-site but must be submitted in writing to wfl.contracts@dot.gov, with answers made public via SAM.gov. Safety rules include following signage, barricades, and maintaining safe distances from machinery. General conduct guidelines prohibit smoking, alcohol, and drugs, emphasizing professional behavior. The agenda includes sign-in, introductions, a briefing, walks along the Cleetwood Cove Trail, a boat ride to and from Wizard Island, and visits to Roundtop and Summit Quarries.
    Similar Opportunities
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.