Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
ID: 693C73-25-B-000004Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, 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 Project CATO 10(5), 11(2), ETC, which involves the reconstruction and resurfacing of Foxville-Deerfield Road and Park Central Road within Catoctin Mountain Park, Maryland. The project aims to enhance park infrastructure by improving road conditions and includes ancillary improvements such as picnic areas and parking, with an estimated total cost between $5 million and $10 million. This initiative underscores the federal commitment to infrastructure development while promoting small business participation, as the contract is set aside for total small business concerns. Interested bidders must submit their electronic bids by the extended deadline of March 11, 2025, and can direct inquiries to Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment No. 0001 for the solicitation 693C73-25-B-000004 concerning Project CATO 10(5), 11(2), etc., for the Catoctin Mountain Park. The primary purpose of this amendment is to announce an extension of the Bid Opening Date to March 11, 2025, at 2:00 PM EST. It outlines the procedures for acknowledging this amendment by bidders, emphasizing the importance of receipt prior to the specified time to avoid rejection of offers. Additionally, it confirms that all other terms and conditions of the solicitation remain unchanged. Bidders are instructed to direct any inquiries to the designated email address. The document follows a structured format detailing acknowledgment processes, administrative changes, and project information, adhering to federal guidelines related to government RFPs.
    The Eastern Federal Lands Highway Division's "Bidder's Qualifications" document outlines the requirements for bidders seeking to participate in contract solicitations, specifically for the Catoctin Mountain Park project (Solicitation No. 693C73-25-B-000004). Bidders must complete the form with accurate details, including the name and address of the business, type of organization, years of operation, and relevant experience. The document emphasizes the need for bidders to disclose information about ownership, active contracts, past project completions, and any unresolved claims or lawsuit situations. Additionally, firms must clarify the nature of their work as both general contractors and subcontractors. An affidavit section confirms the accuracy of submitted information. Overall, this form serves as a critical assessment tool to evaluate the qualifications of potential contractors in alignment with federal contracting regulations, making it essential for ensuring compliance and the selection of capable vendors for government projects.
    The Eastern Federal Lands Highway Division is proposing a project for the reconstruction and resurfacing of two access roads—Foxville-Deerfield Road and Park Central Road—within Catoctin Mountain Park, Maryland. This project, categorically excluded from further NEPA analysis, involves full-depth roadway reconstruction, minor drainage improvements, and sign installation, while avoiding tree removal and minimizing impacts on wildlife and historical resources. Compliance with the Endangered Species Act confirmed no adverse effects on identified protected species, including Indiana and Northern Long-eared Bats. Archaeological monitoring will be conducted to protect historic features, and ongoing coordination with the Maryland Department of the Environment has ensured alignment with environmental management practices. The improvements aim to enhance visitor experiences despite temporary lane closures during construction. The project reflects the government's commitment to maintaining park infrastructure while preserving the area's natural and historic character.
    The Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14) provide an essential framework for constructing and maintaining roads and bridges under the administration of the Federal Highway Administration (FHWA). This document, issued by the U.S. Department of Transportation in 2014, includes both U.S. Customary and Metric units and serves as a binding part of applicable contracts. It outlines the regulatory framework governed by the Federal Acquisition Regulation (FAR) and the Transportation Acquisition Regulation (TAR). The document is structured into divisions, addressing general contract requirements, project requirements, and specifics related to earthwork, aggregates, asphalt and rigid pavements, bridge construction, and incidental construction. It also stipulates detailed definitions of terms, requirements for bids and contracts, procedures for work control, and guidelines for compliance with safety and environmental standards. The FP-14 emphasizes proper preparation, documentation, and regulatory compliance at every project stage, providing a comprehensive guideline that ensures efficient project execution while maintaining public safety and quality standards. This specification serves as a critical resource for federal and state/local RFPs, as it defines the expectations for performance and material standards necessary for highway construction projects.
    The document outlines a solicitation from the U.S. Department of Transportation, specifically the Federal Highway Administration, for a construction project at Catoctin Mountain Park in Frederick County, Maryland. The project, designated as CATO 10(5), 11(2), involves reconstructing Route 11 (Foxville-Deerfield Road) and resurfacing Route 10 (Park Central Road), including various ancillary improvements such as picnic areas and parking. The total expected project cost ranges from $5 million to $10 million, with a completion timeline of up to 183 calendar days from the Notice to Proceed. The document emphasizes various compliance requirements, including adherence to federal acquisition regulations, completion of specific forms and certifications, and duties regarding hazardous materials. Bidders are required to submit electronic bids and ensure their qualifications, including registration with the System for Award Management (SAM) and compliance with socioeconomic programs. The contract is restricted to certified small business concerns, highlighting the focus on promoting small business participation in federal contracting. This solicitation reflects the government’s commitment to infrastructure improvement, compliance with regulations, and economic growth through small business engagement.
    The document outlines plans for roadway reconstruction and resurfacing on Foxville-Deerfield Road and Park Central Road within Catoctin Mountain Park, Maryland, under the jurisdiction of the U.S. Department of Transportation's Eastern Federal Lands Highway Division. The project spans a total length of approximately 1.86 miles and involves full-depth reconstruction of existing pavement along with milling and overlaying operations. Additional work includes drainage improvements and traffic control measures to maintain safety during construction. Key specifications detail traffic volume estimates, design speeds, and alignment information critical for transportation planning. The project, managed by Eden Jemal with design support from WSP USA, adheres to standards like "Construction of Roads and Bridges on Federal Highway Projects," indicating a commitment to high-quality infrastructure development. This initiative reflects federal efforts to enhance transportation networks while preserving the environmental integrity of national parks.
    The government seeks sealed bids from certified Small Business Concerns for the Catoctin Mountain Park road reconstruction project, identified as Project CATO 10(5), 11(2) with Solicitation Number 693C73-25-B-000004, in Frederick County, Maryland. The project entails the full depth reconstruction and resurfacing of Route 11 Foxville-Deerfield and Route 10 Park Central roads, expected to cost between $5,000,000 and $10,000,000. Bid documents will be available around January 21, 2025, with submission instructions outlined in the solicitation. Bidders must be registered in the System for Award Management (SAM) to submit offers and receive payments. All inquiries related to the project should be directed to the provided email address, and bidders are encouraged to participate electronically. Security protocols require valid photo ID for access to government buildings, and attendees must arrive in advance for bid openings. Overall, this initiative highlights federal efforts to enhance infrastructure while ensuring compliance with government bidding processes and regulations.
    The Geotechnical and Pavement Engineering Report details the assessment and recommendations for rehabilitating Foxville-Deerfield Road and Park Central Road in Catoctin Mountain National Park, Maryland. Prepared by Schnabel Engineering, the report analyzes pavement conditions, subsurface exploration data, and geotechnical properties, identifying multiple pavement segments with varying conditions. The average Pavement Condition Ratings (PCR) indicate poor to good conditions, necessitating strategies like full-depth pavement replacement, mill and overlay, and localized repairs. Testing revealed asphalt thicknesses averaging between 6.5 to 12 inches, with existing fill and residual soils encountered beneath. Recommendations include extensive patching, subgrade strengthening, and specific material specifications to ensure long-lasting repairs. The report underscores the need for careful monitoring of structural integrity before and during rehabilitation work, emphasizing compliance with federal and state guidelines for infrastructure projects within national parks.
    The Federal Contractor Veterans’ Employment Report (VETS-4212) is an annual reporting requirement for nonexempt Federal contractors and subcontractors with contracts of $150,000 or more. Mandated by 38 U.S.C. § 4212(d), the report requires organizations to provide data on the number of employees and new hires who are classified as protected veterans. Employers must categorize their workforce by specific job categories and include the maximum and minimum number of employees for the reporting period, which ends on a payroll date selected between July 1 and August 31 each year, with the report due by September 30. The document outlines who must file, the required reporting structure, and the method for submission, emphasizing the preference for electronic filing. It details definitions relevant to the report, such as what constitutes an employee and protected veteran. The instructions are designed to ensure compliance with regulations aimed at promoting equal employment opportunities for veterans, as well as highlight the importance of record-keeping for submitted reports. By focusing on veteran employment, the VETS-4212 Report underlines the federal government's commitment to supporting veteran workforce integration.
    Similar Opportunities
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    Natchez Trace Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for a resurfacing project along approximately 9.5 miles of the Natchez Trace Parkway in Wayne County, Tennessee. The project, identified as TN NP NATR 1H11 (Solicitation Number 693C73-25-B-000007), involves asphalt patching, overlay, and related tasks, with an estimated total project cost ranging from $2 million to $5 million. This initiative underscores the government's commitment to engaging small businesses in federal construction projects, ensuring compliance with federal regulations. Bid documents are anticipated to be available around February 28, 2025, and interested contractors must register in the System for Award Management (SAM) database to submit offers and receive payments; inquiries can be directed to David Bogner or C. Shawn Long at EFLHD.Contracts@dot.gov.
    Project VA NP BLRI 1G27 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of the James River Bridge Structure No. 5140-016P along the Blue Ridge Parkway in Virginia. The project aims to enhance the bridge's safety and longevity by addressing critical maintenance tasks, including the replacement of bridge bearings, crack repairs, and the installation of a waterproof membrane, with an estimated total cost between $8 million and $12 million. This initiative is vital for maintaining infrastructure integrity and ensuring compliance with federal safety and environmental standards. Interested small business contractors must submit electronic bids by February 25, 2025, at 2:00 p.m. EST, and can direct inquiries to David Bogner or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Sportsman’s Park Transportation Improvements project located in Bingham County, Idaho. The project aims to execute full-depth reclamation, paving, striping, and minor drainage enhancements over a length of 1.5 miles, addressing the infrastructure needs of the park while promoting community recreational access. This initiative is part of a broader effort to improve public infrastructure, with an estimated contract value between $700,000 and $2,000,000, and is set aside for small businesses under the SBA guidelines. Interested vendors should monitor the SAM.gov website for solicitation documents expected to be available in winter 2024/2025 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for road and bridge construction services under a Multiple Award Task Order Contract (MATOC) in the Rocky Mountain Region 2. This procurement focuses on various infrastructure projects, including the replacement of the South Cottonwood Creek Bridge and the Berry Creek Culvert, with a total shared ceiling of $50 million and a minimum of 10 anticipated contracts. These projects are crucial for enhancing transportation infrastructure and ensuring compliance with federal environmental standards, emphasizing the importance of quality control and ecological stewardship. Interested contractors must submit their proposals to Contracting Officer Paul Larsen by February 27, 2025, with project budgets ranging from $100,000 to $3 million, depending on the specific task order.
    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.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.