ND FTFW DESL 11(4) Auto Tour Route
ID: 6982AF25B000018Type: Presolicitation
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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND FTFW DESL 11(4) Auto Tour Route project located in Des Lacs National Wildlife Refuge near Kenmare, North Dakota. The project aims to rehabilitate and repair approximately 2 miles of Auto Tour Route 011 Lower Lake Road, focusing on aggregate resurfacing, drainage improvements, culvert replacement, and other roadway enhancements to improve user experience and maintenance efficiency. This total small business set-aside contract has an estimated value between $700,000 and $2,000,000, with bids due by December 11, 2025, at 2:00 p.m. local time. Interested bidders should contact Stephanie Navarro or Kelly Palmer at CFLAcquisitiions@dot.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Invitation for Bid (IFB) from the U.S. Department of Transportation, Federal Highway Administration, seeks bids for the "AUTO TOUR ROUTE" project at Des Lacs National Wildlife Refuge in Ward County, North Dakota. The project, solicitation number 6982AF25B000018, is a total small business set-aside with an estimated price range of $700,000 to $2,000,000. It involves rehabilitating and repairing Auto Tour Route 011 Lower Lake Road, including aggregate surfacing, subexcavation, ditch grading, culvert replacement, permanent signing, and pavement markings across a base schedule and three options (X, Y, Z) totaling approximately 3.4 miles. Bids are due by December 11, 2025, at 2:00 p.m. local time, and must include original bid bonds with corporate seals. The project is governed by Federal Acquisition Regulations (FAR), agency supplemental regulations, and FP-14 specifications. Bidders must be registered in the System for Award Management (SAM) under NAICS 237310. The government encourages participation in a formal partnering meeting. The contract type is firm-fixed-price.
    This government file, Amendment A001 to solicitation number 6982AF25B000018, issued by the Federal Highway Administration, outlines critical updates and clauses for a firm-fixed-price construction contract. Key changes include revised pages for solicitation provisions (B-7 to B-8) and clauses (C-3 to C-20). Significant clauses address liquidated damages ($2,500 per day), options for increased quantity, and a comprehensive 'Buy American' requirement for construction materials, detailing domestic content percentages, critical components, and procedures for requesting exceptions. The amendment also emphasizes sustainable products and services, mandates electronic submission of payment requests via the DELPHI system and login.gov, and details post-award contractor performance evaluations using the CPARS system. This amendment is crucial for bidders to ensure compliance with updated federal regulations and procedural requirements.
    The “Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects” (FP-14) outlines the comprehensive requirements for federal highway projects administered by the Federal Highway Administration. Issued in 2014, these specifications are a binding part of any contract and incorporate both U.S. Customary and Metric units of measure, with U.S. Customary units prevailing unless otherwise specified. The document is structured into seven main divisions covering general requirements, project-specific requirements, earthwork, slope reinforcement, aggregate/base courses, asphalt/rigid pavements, bridge construction, incidental construction, and material specifications. It details the authority of the Contracting Officer and inspectors, the process for bid submission and contract execution, and the handling of specifications and drawings, including requirements for professional engineer seals for certain structural designs. The FP-14 also defines key terms, abbreviations, and regulatory compliance, ensuring adherence to federal acquisition and transportation regulations.
    The document details Chain P_CL_RTE011, a route defined by a series of points, courses, and curves. It provides precise geographical coordinates (Northing and Easting) and stationing for each point, along with detailed curve data for four distinct curves (P_CL_RTE011-1, P_CL_RTE011-2, P_CL_RTE011-3, and P_CL_RTE011-4). Each curve entry includes key parameters such as P.I. station, Delta, Degree, Tangent, Length, Radius, External, Long Chord, Mid. Ord., P.C. station, P.T. station, C.C. coordinates, and specific 'Back' and 'Ahead' bearings. The document systematically outlines the geometric layout of this chain, specifying the distances and bearings between consecutive points and the characteristics of each curve. This detailed description is typical for infrastructure planning within government projects, ensuring accurate spatial definition for construction, land management, or regulatory purposes.
    The Final Hydraulics Recommendations Memorandum for the ND FTFW DESL 11(4) Lower Lake Road project addresses road deterioration near Kenmare, ND. This Phase 6 project, spanning two miles (MP 0.0 to MP 2.0) and divided into Schedules A, X, Y, and Z, focuses on aggregate resurfacing, subexcavation, ditch grading/stabilization, and culvert maintenance. The project adheres to Federal Highway Administration and North Dakota Department of Transportation criteria for hydrology and hydraulics, utilizing the Rational Method and USGS regression equations for flow analysis. Recommendations include replacing two culverts (at stations 18+26 and 72+15), cleaning two (at 23+36 and 33+90), and replacing deteriorated headwalls at station 83+52. Additionally, the existing 18-inch CMP culvert at 492nd Street will be replaced with an 18-inch RCP, and five ditch sections will be improved with TRM (5.A) lining for capacity and stability. The project also requires a stormwater construction permit and the implementation of FHWA standard erosion and sediment control measures.
    This report by Shannon & Wilson summarizes the subsurface exploration and laboratory testing for the ND FTFW DESL 11(4) Auto Tour Route project at Des Lacs National Wildlife Refuge, near Kenmare, North Dakota. The project involves new aggregate surfacing and drainage improvements along a 2.0-mile section of Auto Tour Route 011 Lower Lake Road. The primary objectives were to provide aggregate surfacing design recommendations and address subgrade instability issues, particularly in an area identified by the U.S. Fish and Wildlife Service. The investigation included drilling seven borings, geotechnical laboratory testing, and a field reconnaissance. Findings indicate that poor surface drainage, rather than landslide activity, is causing the subgrade instability. The report recommends 9 inches of aggregate surfacing, surface drainage improvements along the northeast shoulder, and subexcavation with geotextile and granular fill in unstable areas. Corrosion potential for substructure elements was also assessed, indicating extremely corrosive conditions for metal and moderate sulfate exposure for concrete.
    The document outlines a highway infrastructure project, ND FTFW DESL 11(4) Auto Tour Route, managed by the Central Federal Lands Highway Division. The project is divided into Schedule A and Options X, Y, and Z, each addressing specific roadway improvements. Schedule A focuses on drainage, culvert work, ditch reconditioning, and subexcavation. Option X, Y, and Z involve aggregate surfacing placement, with Option Z also including additional drainage and ditch reconditioning. The project covers various lengths of Route 011 Lower Lake Road, with specific stations marking the start and end of each work segment. Detailed summaries of quantities are provided for each schedule and option, covering items such as mobilization, surveying, clearing and grubbing, excavation, riprap, culverts, and erosion control. The project emphasizes maintaining existing signs and adhering to typical section guidelines for road realignments and approach roads.
    The provided document, a "RED TOPS REPORT (Ft)", details precise elevation and offset data for various stations along a route identified as P_CL_RTE01. The report lists measurements for critical points such as Slope Stake L/R, EOG Wedge L/R, ETW L/R, and CL (Center Line), with additional points like Drwy_Stake_R and Ditch FL L/R appearing at specific stations. Each entry includes elevation (feet), horizontal offset (feet), and slope information for each defined point. The data spans from Station 48+50.00R1 to 55+25.00R1, presenting a granular view of the terrain and proposed design features. This type of detailed survey data is crucial for government RFPs related to civil engineering projects, road construction, or land development, enabling accurate cost estimations, material requirements, and construction planning by providing foundational topographic and design-grade information.
    The "RED TOPS REPORT(Ft)" document details topographic and elevation data for a specific route, RTE018, across five stations from 82+00.00 to 84+00.00. This report, likely part of a federal or state government Request for Proposal (RFP) or grant, provides critical measurements for civil engineering and construction projects. For each station, it includes elevations and offsets for key points such as Slope Stake L, EOG Wedge L, ETW L, Centerline (CL), ETW R, EOG Wedge R, Ditch FL R, and Slope Stake R. These measurements are essential for grading, drainage, and road construction, indicating specific ground levels and distances from the centerline. The consistent format across stations suggests a systematic survey for planning and design, providing foundational data for infrastructure development and ensuring compliance with engineering specifications.
    The "SLOPE STAKE REPORT (Ft)" document provides detailed slope staking data for a road or route, identified as P_CL_RTE011, across multiple stations. The report presents measurements for the centerline, left (LT) and right (RT) references, and corresponding stake information at 50-foot intervals from Station 82+00.00 to 84+00.00. Key data points include grades, slopes, superelevation (SUPER), and hinge elevations. The document systematically records cut (C) or fill (F) values, stake distances, and elevations for both the left and right sides of the centerline, along with the centerline itself. This data is crucial for construction projects involving road grading, ensuring proper elevation, drainage, and structural integrity according to engineering specifications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads critical for the Air Force Intercontinental Ballistic Missile Program in North Dakota. The project aims to enhance roadway conditions by adding four inches of aggregate surface course and includes specific requirements for roadway reconditioning while adhering to established construction standards. With an estimated project value of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and interested contractors can contact Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further information.
    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.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    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.
    NM BR AAO EL VADO HERON & EL VADO ROAD REHAB
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NM BR AAO El Vado Heron & El Vado Road Rehabilitation project in Rio Arriba County, New Mexico. The project aims to rehabilitate approximately 5.23 miles of asphalt roadway, improve parking lot operations, and enhance drainage systems at El Vado and Heron Lake State Parks, with a focus on full-depth reclamation and asphalt concrete pavement. This Total Small Business Set-Aside opportunity has an estimated contract value between $5 million and $10 million, with bids due by December 12, 2025. Interested contractors must submit printed bids with original bid bonds and are encouraged to contact Denise Martinez at CFLAcquisitions@dot.gov 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.
    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.
    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.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma and North Texas, specifically under Solicitation No. 69056725R000017. This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the preservation of approximately 24.58 miles of pavement, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and reliable transportation routes. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.