AZ FS 289(1) AZ NFSR 289 BRIDGE REPLACEMENT
ID: 6982AF25B000019Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION6982AF CENTRAL FEDERAL LANDS DIVISILAKEWOOD, CO, 80228, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the AZ NFSR 289 Bridge Replacement project located in the Tonto National Forest, Arizona. The project aims to replace the existing Tonto Creek Bridge, built in 1956, with a new single-span bridge, while also reconstructing a portion of FR 289 and expanding the Horton Springs Parking Lot to enhance safety and access to recreational sites. This infrastructure improvement is crucial for maintaining access to residential homes, a fish hatchery, and various recreational areas along NFSR 289. Bids are due by November 19, 2025, with an estimated project cost ranging from $2 million to $5 million. Interested contractors can reach out to Stephanie Navarro or Kelly Palmer at cflacquisitions@dot.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Invitation for Bid (IFB) 6982AF25B000019, issued by the U.S. Department of Transportation, Federal Highway Administration, Central Federal Lands Highway Division, is for the AZ NFSR 289 Bridge Replacement project in Tonto National Forest, Gila County, Arizona. This full and open competition with HUBZone price evaluation preference involves replacing an existing bridge, grading, drainage, and asphalt concrete pavement over 0.157 miles (0.134 miles roadway, 0.023 miles bridge). The project scope includes reconstructing a portion of FR 289, removing the existing bridge, constructing a new single-span bridge over Tonto Creek, and reconstructing the Horton Springs Parking Lot. Bids are due by November 19, 2025, at 2:00 p.m. local time, with an estimated price range of $2,000,000 to $5,000,000. Key requirements include submitting printed bids with specific documents like SF-1442 and an original bid bond (20% of bid price or $3,000,000, whichever is less). The project is governed by Federal Acquisition Regulations (FAR), agency supplemental regulations, and FP-24 Standard Specifications. Bidders must be registered in SAM under NAICS 237310 ($45 million small business size standard) and comply with Buy American Act and Hazardous Materials regulations. The government encourages partnering and outlines subcontracting goals for small businesses.
    This document is an amendment (A001, dated 11/04/2025) to a solicitation for the AZ NFSR 289 Bridge Replacement project, issued by the Federal Highway Administration. It modifies Section E of the IFB—Special Contract Requirement, specifically pages E-4 and E-5. Key changes include updated load restrictions for the Tonto Creek Bridge, requiring advance approval for oversized/overweight loads exceeding 20 tons. It also adds new requirements for material control, prohibiting the use of water from Tonto Creek, Horton Creek, or USFS Campground facilities, and outlines approved contractor-located material sources, including boulders within project limits and the use of Horton Creek Trailhead Parking Lot and Upper Tonto Creek Campground for staging and storage. Environmental clearances are required for non-commercial staging areas, and specific guidelines are provided for material handling, storage, and waste disposal, including the use of the USFS Sharp Creek Waste Site for excess excavation materials.
    Amendment A002 to solicitation AZ FS 289(1) for "IFB- Plan Sheets" issued by the FEDERAL HIGHWAY ADMINISTRATION, CENTRAL FEDERAL LANDS HIGHWAY DIVISION, dated 11/14/25, modifies the original solicitation. This amendment primarily addresses the removal and replacement of plan sheets D4 and S12 with attached amended versions. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge this amendment by the specified date and hour may result in the rejection of offers. If an offeror wishes to change a previously submitted offer due to this amendment, such changes must be submitted via letter or electronic communication, referencing the solicitation and amendment, and received before the opening hour and date.
    The AZ NFSR 289 Bridge Replacement Project, also known as AZ FS 289(1), involves a 100% design Project Earthwork Report prepared by the Federal Highway Administration, Central Federal Lands Highway Division in July 2025. This report details the earthwork approach for various project areas, including the Tonto Bridge (North and South), Parking Lot, Camp Ground, and Channel Grading. The methodology for each area involves modeling the specific project section and extracting earthwork data using the Triangular Volume Method via OpenRoads. This comprehensive approach ensures accurate earthwork calculations for the proposed channel, campground driveway, parking lot, and both north and south sections of FS 289 Mainline.
    This government file details a drainage analysis for the FS 289 crossing of Tonto Creek in Gila County, Arizona, focusing on the replacement of an existing bridge built in 1956. The project, located within the Tonto National Forest, adheres to Federal Highway Administration and US Forest Service guidelines. The analysis involved 2D hydraulic modeling using HEC-RAS to evaluate existing and proposed bridge conditions, including scenarios with debris blockage, against 2, 50, 100, and 200-year storm events. While the proposed bridge does not meet all freeboard criteria, it is designed to prevent overtopping in most scenarios, with main lanes remaining passable even with 30% debris blockage during a 100-year event. Scour protection will involve anchoring the new bridge to bedrock and using 36-inch riprap for abutment stabilization.
    Shannon & Wilson provided a geotechnical report for the AZ NFSR 289 Bridge Replacement Project in Tonto National Forest, Gila County, Arizona. The project involves replacing a 1956-built, narrow, two-span bridge with a new 92-foot, single-span structure, improving pedestrian and vehicular safety. The report details subsurface explorations, laboratory testing, regional geology, and site conditions, identifying corrosive soil/bedrock and seismic hazards. Geotechnical recommendations include using deep foundations (drilled shafts) for bridge abutments, permanent slopes no steeper than 2H:1V, and specific parameters for abutment and wing walls. Construction considerations cover drilled shaft installation methods for challenging ground conditions, earthwork, temporary slopes, shoring, and dewatering, emphasizing good construction practices and the need for a geotechnical engineer to observe installation.
    Shannon & Wilson provided a pavement design report for the AZ NFSR 289 Bridge Replacement in Tonto National Forest, Gila County, Arizona. The project involves realigning NFSR 289 and expanding the Horton Springs trailhead parking lot to improve safety, with full-depth reconstruction using Hot Asphalt Concrete Pavement (HACP) planned for most areas. Subsurface exploration involved drilling borings and laboratory testing to analyze soil conditions. The pavement design recommendations, based on AASHTO and ADOT guidelines, specify pavement sections with HACP and base course thickness, considering an 18-kip equivalent single axle loading (ESAL) of approximately 50,000 for a 20-year design life. Construction considerations include earthwork, subgrade preparation, and specific paving materials and compaction standards in accordance with FP-24 U.S. Customary Units construction standards.
    The U.S. Department of Transportation, Federal Highway Administration, Central Federal Lands Highway Division, is undertaking the AZ NFSR 289 Bridge Replacement project in Gila County, Arizona, within the Tonto National Forest. This 90% design submittal, dated July 2025, details the replacement of the Tonto Creek Bridge, spanning 93 feet. The project involves extensive civil and structural engineering, including general plans and elevations, foundation layouts, boring logs, slope protection, abutment designs, girder framing, precast box girder details, deck plans, and end diaphragm designs. Key components include 48-inch drilled shafts, steel-reinforced elastomeric bearing pads, and specific reinforcing steel requirements. The design adheres to AASHTO LRFD Bridge Design Specifications, 9th Edition, 2020, and Federal Highway Administration Standard Specifications for Construction of Roads and Bridges, FP-24. The project also addresses seismic design loads, hydraulic data, and includes detailed material and construction specifications, along with an estimate of quantities for various construction items.
    The Bid Opening Summary for the AZ NFSR 289 Bridge Replacement project (AZ FS 289(1)) was held on November 19, 2025, at 2:00 p.m. MST in Lakewood, CO. Doug Whitcomb served as the Bid Opening Officer. The project received two amendments on November 4, 2025, and November 14, 2025. Six bidders submitted proposals, with Technology Construction Inc. providing the lowest bid at $3,667,415.50. The highest bid was from Battleridge Builders LLC at $6,055,585.50. The Engineer's Estimate for the project was $3,560,500.00. All submitted bids are subject to verification.
    The "Vertical Alignment Review Report" for the Tonto Bridge Alg project, created on August 4, 2025, details the vertical alignment specifications for a road design. The report outlines the "Camp-Driveway2" horizontal alignment and "vert03" vertical alignment, providing station, elevation, and element data in feet. Key elements include a linear section from 10+00.00 to 10+25.15 with a 3.400% tangent grade, a symmetrical parabola from 10+25.15 to 11+70.15 with entrance and exit grades of 3.400% and 10.592% respectively, and a final linear section from 11+70.15 to 12+16.49 with a 10.592% tangent grade. This report is crucial for understanding the road's vertical geometry, ensuring compliance, and guiding construction in federal, state, and local infrastructure projects.
    The "Vertical Alignment Review Report" for the Tonto Bridge Alg project, created on August 4, 2025, details the vertical alignment specifications for a road design. The report outlines the "Camp-Driveway2" horizontal alignment and "vert03" vertical alignment, providing station, elevation, and element data in feet. Key elements include a linear section from 10+00.00 to 10+25.15 with a 3.400% tangent grade, a symmetrical parabola from 10+25.15 to 11+70.15 with entrance and exit grades of 3.400% and 10.592% respectively, and a final linear section from 11+70.15 to 12+16.49 with a 10.592% tangent grade. This report is crucial for understanding the road's vertical geometry, ensuring compliance, and guiding construction in federal, state, and local infrastructure projects.
    The “Horizontal Alignment Data Report,” created on August 4, 2025, details the “Tonto Bridge Alg” project, specifically an “after survey” of the Camp-Driveway2 alignment. This report, generated from the file FS 289-Tonto.alg, provides precise horizontal alignment data in feet. Key alignment points include the Point of Beginning (POB) at station 10+00.00, the Point of Curve (PC) at 10+47.52, and the Point of Tangent (PT) at 11+81.47, concluding with the Point of End (POE) at 12+30.00. The alignment features a right-hand curve with a 200.00-foot radius, a delta of 38°22'24", and a length of 133.95 feet. This technical report, likely part of a federal or state infrastructure project, provides essential geometric data for engineering and construction planning.
    The “Horizontal Alignment Data Report,” created on August 4, 2025, details the “Tonto Bridge Alg” project, specifically an “after survey” of the Camp-Driveway2 alignment. This report, generated from the file FS 289-Tonto.alg, provides precise horizontal alignment data in feet. Key alignment points include the Point of Beginning (POB) at station 10+00.00, the Point of Curve (PC) at 10+47.52, and the Point of Tangent (PT) at 11+81.47, concluding with the Point of End (POE) at 12+30.00. The alignment features a right-hand curve with a 200.00-foot radius, a delta of 38°22'24", and a length of 133.95 feet. This technical report, likely part of a federal or state infrastructure project, provides essential geometric data for engineering and construction planning.
    The "Vertical Alignment Review Report," created on August 4, 2025, details the vertical alignment specifications for the Tonto Bridge Alg project. This report, based on an "after survey," outlines various linear and symmetrical parabolic elements that define the vertical profile of the FS289_CL3 horizontal alignment. Key data points include stationing, elevations, tangent grades, tangent lengths, and parabolic curve parameters such as length, entrance and exit grades, and K-values. The report meticulously documents the progression of the vertical alignment from the Point of Beginning (POB) at station 49+80.00 to the Point of End (POE) at station 56+13.76, providing critical engineering data for the bridge's construction and design. All measurements are in feet, and it serves as a crucial technical reference for the project.
    The "Vertical Alignment Review Report," created on August 4, 2025, details the vertical alignment specifications for the Tonto Bridge Alg project. This report, based on an "after survey," outlines various linear and symmetrical parabolic elements that define the vertical profile of the FS289_CL3 horizontal alignment. Key data points include stationing, elevations, tangent grades, tangent lengths, and parabolic curve parameters such as length, entrance and exit grades, and K-values. The report meticulously documents the progression of the vertical alignment from the Point of Beginning (POB) at station 49+80.00 to the Point of End (POE) at station 56+13.76, providing critical engineering data for the bridge's construction and design. All measurements are in feet, and it serves as a crucial technical reference for the project.
    The "Horizontal Alignment Data Report" details the geometric characteristics of the FS289_CL3 alignment for the Tonto Bridge project, created on August 4, 2025. This report, likely used for federal or state infrastructure projects, specifies horizontal curve data including stationing, distances, directions, northing, and easting coordinates for various points such as Points of Beginning (POB), Points of Curvature (PC), Points of Tangency (PT), and Points of Intersection (PI). Key parameters like radius, delta angle, curve length, chord length and direction, and tangent lengths are provided for each curve. All measurements are in feet, and the data reflects an adjusted alignment mainline, crucial for engineering and construction planning of the Tonto Bridge. This comprehensive data set ensures precise execution and adherence to design specifications for the bridge alignment.
    The "Horizontal Alignment Data Report" details the geometric characteristics of the FS289_CL3 alignment for the Tonto Bridge project, created on August 4, 2025. This report, likely used for federal or state infrastructure projects, specifies horizontal curve data including stationing, distances, directions, northing, and easting coordinates for various points such as Points of Beginning (POB), Points of Curvature (PC), Points of Tangency (PT), and Points of Intersection (PI). Key parameters like radius, delta angle, curve length, chord length and direction, and tangent lengths are provided for each curve. All measurements are in feet, and the data reflects an adjusted alignment mainline, crucial for engineering and construction planning of the Tonto Bridge. This comprehensive data set ensures precise execution and adherence to design specifications for the bridge alignment.
    This document addresses questions and answers regarding the AZ FS 289(1) AZ NFSR 289 Bridge Replacement project, offering clarifications on various aspects of the RFP. Key points include requirements for permanent steel casings to be embedded in soil-like bedrock, confirmation that a government shutdown will not impact the bid date, and the non-provision of construction water by the government. The document also clarifies that Wage Decisions were not rescinded, provides guidance on vegetation disposal, and states that as-builts of the existing bridge are unavailable. Information on interested vendors is directed to SAM.gov, and CAD files in .DWG format will not be provided during advertisement. Furthermore, it clarifies that temporary crossings in Tonto Creek are not approved, specifies requirements for simulated stone masonry surfaces and concrete structure coatings, and addresses questions regarding small business subcontracting goals. It also indicates that electronic bids will not be accepted and a bid date extension was not granted. Amendments A001 and A002 are referenced for details on bridge load limits and temporary bracing of box girders.
    The document addresses various questions and answers concerning the AZ FS 289(1) AZ NFSR 289 Bridge Replacement project, dated October-November 2025. Key topics include clarification on permanent casing requirements for drilled shafts, the load limit on the existing bridge and potential exemptions or temporary crossings (addressed in Amendment A001), and confirmation that a government shutdown will not affect the bid date. Other points cover the non-requirement to acknowledge Q&As as addendums, the unavailability of government-provided construction water, and clarification on wage decisions. The document also details policies on wood chipping vegetation, the lack of existing bridge as-builts, and how to access interested vendor lists. Furthermore, it discusses the provision of design data in LandXML format (not .DWG files until after award), the unapproved nature of a temporary low-water crossing in Tonto Creek, and specifications for simulated stone masonry and concrete structure coating. The project does not permit stay-in-place metal decking for bridge decks, and temporary bracing of box girders at mid-span can be omitted (Amendment 002). Small business subcontracting goals are referenced, and requests for bid date extensions and electronic proposals were denied. Unit price and amount columns on bid forms can be typed or handwritten.
    This document addresses questions and answers related to the AZ FS 289(1) AZ NFSR 289 Bridge Replacement project. Key clarifications include the requirement for permanent steel casings to be embedded a minimum of two feet into "soil-like bedrock," as detailed on Sheet S3 and in the Geotechnical Report. Additionally, the document addresses concerns regarding the load limit of 20 tons on the existing bridge versus the 100-ton equipment needed for foundation installation, directing contractors to Amendment A001 for solutions concerning temporary crossings or exemptions.
    This document, a Q&A from October 27, 2025, addresses a technical clarification for the AZ FS 289(1) AZ NFSR 289 Bridge Replacement project. The main topic revolves around the permanent casing requirement for drilled shafts, specifically concerning Section 565 – Drilled Shafts. The question sought clarification on the instruction to embed permanent casings a minimum of two feet into the "soil like sandstone layer." The answer confirmed this requirement, specifying that permanent steel casings must be embedded a minimum of two feet into "soil-like bedrock" as depicted on Sheet S3 and detailed in the Geotechnical Report. This exchange is typical in government RFPs where contractors seek precise interpretations of project specifications.
    This document compiles questions and answers regarding the AZ FS 289(1) AZ NFSR 289 Bridge Replacement project, addressing inquiries from October 27 to November 12, 2025. Key topics include clarification on permanent casing requirements for drilled shafts, handling the 20-ton load limit on the existing bridge for heavier equipment (addressed in Amendment A001), and confirmation that a government shutdown will not affect the bid date. The document also clarifies that Q&As do not need to be acknowledged as addendums, the government is not providing construction water, and Wage Decisions were not rescinded despite redlining. Other questions cover the use of wood chips as mulch, the unavailability of as-builts for the existing bridge, and how to access interested vendor lists on SAM.gov. The project does not include a temporary crossing and specifies requirements for simulated stone masonry and concrete coatings. Amendments A001 and A002 address changes to temporary bracing for box girders and material removal below pier footings. Small Business Subcontracting goals are referenced, and a bid date extension was denied.
    The document provides detailed elevation, offset, and slope data for the AZ NFSR 289 Bridge Replacement project, specifically for FR 289 and the Campground Driveway. It is divided into
    The document provides detailed elevation, offset, and slope data for the AZ NFSR 289 Bridge Replacement project, specifically for FR 289 and the Campground Driveway. It is divided into
    Lifecycle
    Title
    Type
    Similar Opportunities
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to 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
    Buyer not available
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project, which is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), involves significant road improvements over a span of 1.62 miles, including grading, drainage, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the MATOC, and all proposals must adhere to federal specifications and be submitted electronically by the specified deadline. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further inquiries.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    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.