CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
ID: 6982AF25B000008Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, an agency approval letter dated July 28th, 2025, and digitally signed by Wendy M. Longley on August 14th, 2025, lists numerous missile silo designations. These designations appear to be inventory or location identifiers, including specific codes such as O-01, O-05, O-06, O-09, N-11, N-02, N-06 through N-10, N-01, L-10, L-07, M-02, M-03, M-04, M-01, M-08 through M-11, E-01 through E-07, E-09, K-02, K-03, K-04, K-06, and K-07. The consistent repetition of
    This amendment to solicitation number 6982AF25B000008 for the Minuteman Missile Access Roads project modifies key aspects of the Request for Proposal (RFP). It extends the offer submission deadline to December 9, 2025, at 2:00 p.m. local time, and revises several technical specifications for untreaded aggregate courses and aggregate materials. Specifically, it details changes to gradation, liquid limit, plasticity index, and other material properties for surface course aggregates. Contractors are required to acknowledge this amendment to ensure their offers are considered. The amendment emphasizes the Fixed-Price Variable-Scope (FPVS) procurement methodology and outlines how surface course aggregate unit prices will be determined. The federal Highway Administration is managing this roadway construction project, which includes adherence to federal acquisition regulations and Department of Labor wage rates.
    The Invitation for Bid (IFB) Solicitation Number 6982AF25B000008, titled "MINUTEMAN MISSILE ACCESS ROAD," is a total small business set-aside for re-graveling up to 156.582 miles of existing Minuteman Missile Access Roads. The project covers various counties in Colorado, Nebraska, and Wyoming, aiming to provide aggregate road maintenance for the United States Air Force. The estimated project price is $5,980,000.00, with an estimated mileage range of 60 to 90 miles. Bids are due by December 9, 2025, at 2:00 p.m. local time, and must include a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less. Electronic bids are not accepted; printed copies must be submitted. The contract will be a Firm Fixed Price Variable Scope, awarded to the lowest responsive, responsible bidder based on the lowest price per mile. Bidders must be registered in the System for Award Management (SAM) and adhere to specific submission requirements for bid packages, including original bid bonds and certifications. Technical questions must be submitted in writing by November 18, 2025. The project is governed by Federal Acquisition Regulations (FAR), agency supplemental regulations, and the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24.
    This document contains questions and answers related to Invitation for Bid (IFB) #6982AF25B000008 for the CO OMAD 300(70) Minuteman Missile Access Road project. The questions, dated November 7 and November 18, 2025, cover various aspects of the project, including specification changes, personnel requirements (Superintendent, SSHO, QC Manager, and technician roles), contract performance period, water sourcing, tax exemption status, project permits, surveying and staking data, work allowances on multiple sites, and pricing schedule clarification. The answers frequently refer to specific sections within the FP-24 specification, SCR (Supplemental Contract Requirements), FAR (Federal Acquisition Regulation) clauses, or Amendment A001. Key clarifications include the separation of QC Manager and technician roles, the contractor's responsibility for water sourcing, and adherence to bid schedule instructions for pricing.
    Lifecycle
    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.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. The objective of this procurement is to rehabilitate, widen, and realign approximately 2.6 miles of Red Grade Road to improve access to the Bighorn National Forest and Bureau of Land Management lands, addressing substandard roadway conditions and safety issues. This project is significant for enhancing infrastructure in mountainous terrain, with an estimated cost range of $10 million to $20 million and construction anticipated to begin in May 2026 and conclude by November 2027. Interested parties can contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    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.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    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.
    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.
    ND FTFW DESL 11(4) Auto Tour Route
    Buyer not available
    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.