OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
ID: 69056723R000010Type: Presolicitation
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 seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    OR FLAP DOT 126(1), Blue Pool Safety and Access Enhancement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "Blue Pool Safety and Access Enhancement" project located 64 miles east of Springfield, Oregon. This federal contract involves grading, base, and paving work over a length of approximately 0.289 miles, with an estimated budget ranging from $2 to $5 million. The project is crucial for enhancing public safety and infrastructure in the region, emphasizing quality control and environmental standards throughout its execution. Interested small businesses are encouraged to reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with a tentative completion date set for Spring/Summer 2025.
    OR FLAP UMATILL 582(1), Mill Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP UMATILL 582(1) project, which involves road improvements on Mill Creek Road in Umatilla County, Oregon. The project encompasses approximately 2.91 miles of work, including chip sealing, grading with crushed aggregate, and the repair of soldier pile walls, along with necessary traffic control and erosion management measures. This construction initiative is critical for enhancing local infrastructure and ensuring safety for road users. The contract, estimated to be valued between $2 million and $5 million, is anticipated to be solicited in Fall 2024, with a completion target set for Fall 2025. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP Douglas 251(1) project, which involves access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails a firm-fixed-price construction contract focused on earthwork, aggregate, drainage, surfacing, precast concrete block walls, and guardrail installation over a total length of 1.3 miles, including the relocation of an Off-Highway Vehicle (OHV) route. This initiative is crucial for enhancing access and safety within the recreation area, with an estimated project cost ranging from $2 million to $5 million. Interested parties must respond to the sources sought notice by submitting the required MS Form by September 26, 2024, at 1400 PT, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated 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 details.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    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.
    Amendment No. 1 to the Solicitation for proposals for a new concession contract to operate guided land tours within Crater Lake National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for a new ten-year concession contract to operate guided land tours within Crater Lake National Park in Oregon. This opportunity aims to enhance visitor experiences by providing professional guided tours, and the NPS has issued Amendment No. 1 to clarify proposal instructions and respond to inquiries regarding the solicitation. Interested parties must submit a "Notice of Intent to Propose" by September 18, 2024, and electronic proposals are due by October 16, 2024, with further details available on the NPS Commercial Services website. For additional information, contact Kimberley Gagliolo at kimgagliolo@nps.gov or call 510-914-9815.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.