ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
ID: 69056724B000021Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the construction of the Crown Point Trail and Parking Area project located in Cascade, Idaho. This Total Small Business Set-Aside opportunity involves the development of a 2.80-mile trail and associated facilities, with specific requirements for bidders including the submission of paper bids, completion of necessary forms, and adherence to federal wage determinations. The project aims to enhance regional infrastructure and recreational access, ensuring compliance with federal guidelines throughout the construction process. Interested contractors can reach out to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details, with bids due by the specified deadline.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 3:08 PM UTC
This document details an amendment to solicitation number 69056724B000021 concerning the Crown Point Trail and Parking Area project issued by the Department of Transportation's Federal Highway Administration. The amendment, effective April 10, 2025, revises specific requirements within the special contract requirements, particularly in subsections concerning vault toilets and kiosks. The amendments specify the provision of a CXT® Precast Concrete Single Cascadian Vault Restroom and a ROMTECTM Timber Kiosk Model 3105, both complete with manufacturer details. Additional specifications include a newly added bench requirement conforming to ABA standards with detailed measurements and design characteristics. The document serves as a formal modification to enhance project clarity and ensure compliance with updated standards, keeping all other contract terms unchanged. Contractors are required to acknowledge receipt of this amendment to maintain their bid eligibility. This amendment reflects the federal commitment to improve infrastructure through updated and precise specifications in the delivery of community amenities.
Apr 16, 2025, 3:08 PM UTC
The Bid Opening Summary for Solicitation No. 69056724B000021 details the bids submitted for the project "Crown Point Trail and Parking Area," which aims to develop a recreational space. The bid opening occurred on April 15, 2025, at 2:00 p.m. Four bids were received from contractors: Novarey Ventures, LLC, Gentry Civil Corp, and Yorkshire Industries, with their respective bid amounts listed as $1,565,725.40, $1,085,351.02, and $2,498,316.76. The Engineer’s Estimate for the project was $1,717,000.00, positioning Gentry Civil Corp as the lowest bidder. The event had participation from nine external attendees through virtual means and six staff members present in person, with Marino Chea acting as the Bid Opening Officer. This summary underscores the competitive bidding process within federal and local RFPs, highlighting the importance of cost estimation and contractor engagement in public projects.
Apr 16, 2025, 3:08 PM UTC
The Tabulation of Bids report, dated April 16, 2025, details the bidding results for the Crown Point Trail and Parking Area project (Project No: ID BOR SRAO TCROWN(1)), managed by the Western Federal Lands division in Idaho. Three bids were received, with Gentry Civil Corp submitting the lowest bid of $1,085,351.02, followed by NovaRey Ventures, LLC at $1,565,224.40, and Yorkshire Industries at $2,498,316.76. The Engineer's estimate for the project was $1,717,000. The report includes specifics about various project items, such as "Mobilization," "Construction Survey," and "Soil Erosion Control," each accompanied by bid amounts and unit pricing from each contractor compared to the engineer's estimate. The document's structure effectively highlights individual bid details and overall compliance with regulations under the federal procurement framework, emphasizing cost comparisons as part of the selection process. The purpose of the report aligns with federal grant funding and state/local RFP processes, as it ensures transparency and accountability in financial dealings related to public works contracts.
Apr 16, 2025, 3:08 PM UTC
The document is a "Survey Control Sheet" related to the Crown Point Trail and Parking Area project, detailing essential survey data and control points in an Excel format. It provides a structured template for recording geographical and elevation data, including state plane coordinates and geographic coordinates for multiple survey points. The points are crucial for establishing precise locations and elevations, which are critical for the project's planning and implementation. Key elements include project identifiers (ID, NPS numbers, drawing numbers), specified coordinate systems (Idaho West SPCS NAD83 2011), and vertical datum based on established elevation benchmarks. The document indicates a systematic approach to collecting survey data, requiring users to follow particular steps for data entry, including copying and renaming sheets as needed and ensuring appropriate formatting. This Survey Control Sheet is imperative for ensuring consistency and accuracy in the collection of survey data across multiple points, adhering to federal and state requirements associated with land development and surveying. The inclusion of specific instructions and formatting guidelines underscores the document's practical application within federal and local RFP frameworks, aiding in the efficient execution of the survey aspect of the project.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The document outlines the Horizontal and Vertical Alignment Review Reports for the Crown Point Trail and Parking Area project, as undertaken by the Federal Highway Administration's Western Federal Lands Highway Division. It contains a comprehensive analysis of multiple alignment sections (MAIN01, MAIN02, BAT, BAT2, and ParkingLot). Each section includes detailed geometric specifications such as alignment names, stationing, northing and easting coordinates, linear and circular elements, tangential directions, and curvature information. Key features of the alignments highlight the use of linear and circular geometric elements with precise measurements for radius, length, and tangent. The report specifies the overall elevation profiles and tangent grades across various stations, emphasizing both horizontal and vertical designs necessary for roadway construction. This detailed report serves as a foundational reference for civil engineering and project management offices engaged in federal and state/local RFPs and grants aimed at infrastructure development. By providing critical data on alignments, it supports compliance with regulatory mandates while ensuring operational effectiveness in future construction endeavors.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The document provides a detailed report on the earthwork data for the Crown Point Trail and Parking Area under the Federal Highway Administration's Western Federal Lands Highway Division. It outlines excavation and backfill volumes at various stations, using standard measurements in feet, square feet, and cubic yards. Key sections include volumes for existing pavement and topsoil, with specific attention to cut and fill data. The report aggregates several separate volume reports, including the amounts of material removed or replaced, ensuring that all relevant data is systematically presented across multiple pages. This document serves as a critical resource in the context of federal grants and RFPs related to transportation infrastructure, ensuring that stakeholders have precise information regarding earthwork activities necessary for project execution. The detailed volume calculations and adherence to reporting standards indicate the project's compliance with federal regulations and planning requirements, essential for securing funding and maintaining ongoing project oversight.
Apr 16, 2025, 3:08 PM UTC
This memorandum presents the final geotechnical recommendations for the Crown Point Trail project in Cascade, Idaho, focused on repairing erosion damage to a localized fill slope caused by uncontrolled runoff. The project entails a 2.7-mile multi-use trail, enhancing trail conditions, improving trailhead facilities, and adding drainage features. The area's geology is characterized by the Idaho Batholith and Columbia River Basalt, with varying soil and rock types observed along the trail. Key findings from dynamic cone penetrometer tests indicate various bearing capacities, highlighting poor conditions in certain areas due to historical construction and erosion. A proposed solution includes a Special Rock Embankment (SRE) with drainage enhancements to stabilize the slope and mitigate future erosion. Construction will be conducted from the trail surface to minimize disturbance. The document emphasizes the importance of managing water runoff to prevent further erosion and suggests monitoring ongoing shoreline erosion to protect the structural integrity of the trail. Overall, the memo aims to ensure safe and sustainable management of this recreational resource under federal guidelines, highlighting comprehensive planning and execution needed for environmental resilience.
Apr 16, 2025, 3:08 PM UTC
The document outlines the plans and specifications for the Crown Point Trail project, specifically focusing on the reconstruction and stabilization of trails, turnouts, and parking areas. Key components include slope stabilization repairs, installation of a vault toilet, and measures for environmental control such as soil erosion and sediment management. The project spans multiple sites, with detailed plans for construction including typical sections, materials, and quantities for necessary earthworks, drainage systems, signage, and traffic control measures. The documentation emphasizes key engineering principles like ensuring drainage, utilizing special rock embankments, and maintaining accessibility in line with federal guidelines. A thorough analysis of quantities reflects strategic planning for materials and labor at specified sites along the trail. By adhering to the established standards set by the Federal Highway Administration, the project aims to improve accessibility and safety for users while also protecting the surrounding environment. Overall, the document serves as a comprehensive guide for contractors and stakeholders involved in sourcing and executing the project.
Aug 9, 2024, 10:40 PM UTC
The file details a proposed project to improve and construct various features along a 2.8-mile stretch of the Crown Point Trail in Idaho. The project, managed by the U.S. Department of Transportation's Federal Highway Administration, involves trail grading, slope repair, and the addition of signage, turnouts, and parking areas. It aims to enhance the trail's infrastructure and address drainage issues. Several technical drawings, plans, and tables are included, covering aspects like typical sections, staging areas, quantities, and traffic control. The project has a preliminary status and requires approvals and revisions before construction can begin.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The document outlines the cross-sectional details of the Crown Point Trail and associated parking area, categorized by various site markers (MP). Specifically, it details the design and layout at five main locations: the parking lot at MP 0.00, the first main area at MP 0.95, and an additional main area at MP 2.40, as well as two locations at MP 0.35 labeled BAT and BAT2. Each section is represented across multiple pages, indicating a detailed breakdown of the proposed structure and landscape features, likely in compliance with federal and state guidelines. This proposal may serve as part of a Request for Proposals (RFP) process aimed at developing recreational areas that enhance public access and enjoyment while addressing environmental considerations. The thorough documentation is crucial for ensuring all parties involved have a clear understanding of the project scope and requirements for potential funding or investment.
Apr 16, 2025, 3:08 PM UTC
The U.S. Department of Transportation has issued an Invitation for Bids (Solicitation No. 69056724B000021) for the "Crown Point Trail and Parking Area" project, located in Valley County, Idaho. This project, classified as a Total Small Business Set-aside, involves the construction of a 2.80-mile trail and associated facilities. Bids must be submitted in paper format to ensure compliance, and electronic submissions are not accepted. Key requirements for bidders include proper completion of forms, inclusion of a bid guarantee, and compliance with wage determinations and special contract provisions. The solicitation details the necessary documentation like the SF 1442 form for solicitation, offer, and award, and outlines a structured bid submittal checklist and bid schedule. The project adheres to the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14) and emphasizes the importance of following detailed instructions and deadlines. Vendors are encouraged to reference established specifications for construction and ensure all representations and certifications are up to date in the System for Award Management (SAM). This project seeks to promote small business participation and compliance with federal guidelines, ultimately aiming to enhance infrastructure in the region.
Aug 9, 2024, 10:40 PM UTC
The Western Federal Lands Highway Division is issuing a preliminary notice for a forthcoming procurement related to improvements along the Crown Point Trail in Valley County, Idaho. The project, anticipated to be advertised in winter 2024/2025, involves resurfacing 2.7 miles of trail, slope stabilization, constructing a new section of trail, and creating an asphalt parking area. Potential bidders are encouraged to physically inspect the site in the fall, as it may be inaccessible during the solicitation period due to snow. Technical queries should be directed to the designated email address, while general questions can be addressed through official channels. The formal solicitation document will be released at a later date, with bidders able to register their interest on the SAM website.
Aug 9, 2024, 10:40 PM UTC
The government is seeking bids for a major construction project at Crown Point Trail in Valley County, Idaho. The work involves extensive trail work along a 2.7-mile stretch, including construction, resurfacing, and repairs. The project has a tight schedule, aiming for completion in Fall 2025, and is estimated to cost between $700,000 and $2 million. Contractors will need to mobilize quickly and efficiently, as the scope includes clearing, grubbing, and removing structures. Earthwork, rock excavation, and slope reinforcement are critical components, with specific requirements for aggregate and asphalt pavements. Incidentals include traffic control devices, signage, and even a vault toilet. With numerous tasks and a stringent timeline, the project demands an experienced and well-equipped contractor.
Apr 16, 2025, 3:08 PM UTC
The document addresses inquiries related to the Crown Point Trail and Parking Area project, specifically focusing on the stabilized aggregate surface course and associated specifications. A contractor raises concerns regarding the coating process of aggregates with copolymer wax emulsion—seeking clarification on whether this treatment occurs at the wax manufacturer's plant or another facility, as well as the acceptable methods for application. Additionally, the contractor expresses difficulty in sourcing the required material, highlighting incompatibilities between prescribed gradations in the specifications and local quarry capabilities. They question which specific gradation standards should be followed and suggest that production may be cost-prohibitive due to these constraints. The document also notes that the Western Federal Lands Highway Division (WFLHD) will oversee project inspections, although an inspector's name is not currently available. This exchange reflects the complexities involved in adhering to federal standards in local contexts and the need for clarification in RFP frameworks.
Apr 16, 2025, 3:08 PM UTC
The document addresses technical inquiries related to the Crown Point Trail and Parking Area project, particularly focusing on the specifications for the stabilized aggregate surface course defined in federal RFP. It details a contractor's concerns regarding the production feasibility of the required aggregate, which involves pre-coating with a copolymer wax emulsion—a process not previously undertaken by the contractor. The contractor seeks clarification on whether the coating must occur at a specific manufacturer or if alternative methods are acceptable, highlighting difficulties in meeting aggregate specifications from local sources. Additionally, questions arise about measurement procedures for the material being shipped from Phoenix, Arizona, and the logistics of obtaining weight tickets due to the distance from the nearest scale. The document emphasizes the necessity for clear expectations in material specifications, inspection assignments, and procedural requirements, reflecting the complexities involved in federal project bids and the importance of adherence to detailed regulatory standards throughout the contract execution.
Apr 16, 2025, 3:08 PM UTC
The file discusses the Crown Point Trail and Parking Area project, focusing on several technical inquiries related to the specifications for the stabilized aggregate surface course (item 31103-1000). Key concerns raised include the treatment requirement of pre-coating aggregates with copolymer wax emulsion, clarifying the source of coated aggregates, and specifying appropriate gradation standards. The document highlights potential challenges in sourcing aggregate materials from local quarries to meet specifications and inquires about alternatives due to cost concerns. Additional queries address project inspection personnel, material measurement and shipping logistics, tree removal counts in clearance, and requests for specific fixture information. The government confirms ongoing revisions and encourages bidders to adhere to solicitation documents while responding to various operational uncertainties. This exchange reflects the complexities of managing construction projects under government contracts, conveying the need for precise specifications and clear communication among bidders and government entities.
Apr 16, 2025, 3:08 PM UTC
The document pertains to the Crown Point Trail and Parking Area project, detailing inquiries from contractors regarding specifications and requirements outlined in a Request for Proposals (RFP). Key topics include the production of a stabilized aggregate surface course, tree removal protocols, and the inspection process for the project. Contractors raised concerns about the feasibility of meeting aggregate specifications due to local sourcing limitations and the methods of applying necessary coatings. Additionally, queries on the project inspector's identity, measurement methods for aggregate quantities, and tree removal standards were addressed. The Government clarified that bids should be prepared according to existing solicitation documents, stating that specific inspection personnel are yet to be determined and emphasizing that no extensions to the bid timeline will be made. This information is valuable for potential contractors to accurately prepare their proposals and understand expectations and restrictions before the bidding process concludes.
Apr 16, 2025, 3:08 PM UTC
The document outlines the Federal Highway Administration's (FHWA) protocols regarding the definitization of equitable adjustments for change orders under construction contracts, as required by FAR 36.211. This includes the timeline for definitization over the past three fiscal years (FY 2021, FY 2022, FY 2023). Change orders, defined under FAR 2.101 and processed per FAR 52.243-4, substantially affect contract execution. The document provides a table detailing the number of definitized change order proposals categorized by the duration taken for their finalization. For instance, in FY 2021, there were five proposals taking between 91 to 180 days, while in FY 2023 three change orders were finalized within 61 to 90 days. There are no additional agency-specific policies, and all proposals addressed remain transparent for monitoring. This report is vital for understanding the FHWA's efficacy in managing contract changes, which informs both federal and state/local RFP processes and grants related to construction contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
AK USFS Chug1004 9(1), Vagt Lake Trailhead
Buyer not available
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.
GRTE - Trail Connector Pathway
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the GRTE Trail Connector Pathway at Grand Teton National Park. This project involves creating a 0.8-mile paved pedestrian pathway that connects key locations within the park, specifically from Gros Ventre Junction to the Jackson Hole Community Pathways, and includes features such as a 10-foot wide asphalt path and drainage culverts. The initiative is crucial for enhancing visitor accessibility and safety while adhering to federal regulations and environmental considerations. Interested small businesses must submit sealed bids electronically by May 19, 2025, with a total project magnitude estimated between $1 million and $5 million. For further inquiries, contact Bridget Parizek at BridgetParizek@nps.gov or call 402-800-7927.
MT FLAP PARK 2021(1), Old Yellowstone Trail South Improvements and Preservation
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the "Old Yellowstone Trail South Improvements & Preservation" project in Montana, under Solicitation No. 69056725R000003. This project aims to enhance and preserve critical infrastructure within Yellowstone National Park, focusing on roadway reconditioning, drainage improvements, and community access, particularly in areas affected by recent flooding. The anticipated contract value ranges from $2 million to $5 million, with proposals due by specified deadlines, and only bids from listed prime contractors will be accepted. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
Buyer not available
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.
OR FS OCHOC607 22(1), Road 22 Repairs MP 0.0 to 8.0
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Road 22 Repairs project (OR FS OCHOC607 22(1)) in Oregon, covering mileposts 0.0 to 8.0. The project aims to address critical repairs including edge cracking, potholes, and embankment settlement, while ensuring compliance with federal standards for roadway safety and performance. This initiative is vital for maintaining infrastructure that supports safe vehicular traffic flow and access to recreational areas. Interested small businesses are encouraged to submit their bids, with the estimated project cost ranging from $700,000 to $2,000,000. For further inquiries, potential bidders can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, under the project titles WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1). The project encompasses a range of construction activities, including earthwork, grading, paving, drainage improvements, and the installation of soil nail retaining walls and guardrails, aimed at enhancing access to the Lake Roosevelt National Recreation Area while ensuring environmental sustainability. With an estimated project cost between $5 and $10 million and a targeted completion date in Summer/Fall 2025, interested bidders are encouraged to contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to monitor the SAM website for solicitation updates.
OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2) project, which involves the inventory, maintenance, and replacement of signage within the Columbia River Gorge National Scenic Area across Oregon and Washington. The project aims to enhance roadway safety by upgrading and replacing signage and guardrails along approximately 82 miles of federal highways, with a focus on compliance with federal specifications and quality control measures. This initiative is crucial for ensuring that motorists receive appropriate guidance while improving the aesthetic appeal of the scenic region. Interested small businesses can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with an estimated budget between $700,000 and $2,000,000 and a completion date tentatively set for summer 2026.