Recreational Trails Program Technical Assistance, Database, and Annual Reports
ID: 693JJ325Q000006Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693JJ3 ACQUISITION AND GRANTS MGTWASHINGTON, DC, 20590, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking qualified contractors to provide technical assistance, develop a searchable database, and create annual reports for the Recreational Trails Program (RTP). The objectives of this procurement include developing training resources for state agencies, maintaining a database in collaboration with these agencies, and producing annual reports on RTP funding utilization. This initiative is crucial for promoting effective management and transparency of federal investments in recreational trails. The estimated contract value ranges from $1.5 million to $2 million over a five-year period, with proposals due by January 15, 2025, and the contract performance period set from February 1, 2025, to February 28, 2030. Interested parties can contact Robert M. McNamara at robert.m.mcnamara@dot.gov or by phone at 202-366-4087 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment 0001 to solicitation number 693JJ325Q000006, issued by the Federal Highway Administration. The main purpose of this amendment is to extend the deadline for submitting quotations to January 15, 2025, at 12:00 PM Eastern Time. Additionally, the amendment outlines the period of performance for the contract, which is set from February 1, 2025, to February 28, 2030. It specifies the process for contractors to acknowledge receipt of the amendment to avoid rejection of their offers and details the communication methods required for changes to already submitted offers. The document emphasizes compliance with submission timelines and the importance of adherence to FAR regulations for modifications. The amendment's focus on administrative updates ensures clarity in the procurement process, reinforcing the government’s commitment to transparency and effective contract management.
    The document outlines Amendment 0002 for solicitation number 693JJ325Q000006, issued by the Federal Highway Administration (FHWA). The primary purpose of this amendment is to provide a clarification of questions and answers related to the request for proposals (RFP) concerning the Recreational Trails Program (RTP). Key points include the absence of inspection requirements, the emphasis on training related to trail materials, and the contractor's expected experience with state agencies and trail program administration. Additionally, the estimated contract value is between $1.5 million and $2 million, covering a five-year period. The first annual report will need to cover fiscal years 2022 to 2024, with expectations of aligning it with national conferences or events. The period of performance for the contract is set from February 15, 2025, to March 15, 2030. The amendment stresses the importance of invitation response protocols and the acknowledgment of receipt to prevent offer rejection. This document serves not only as a formal modification of the solicitation but also as a substantive guide for prospective contractors regarding requirements and expectations.
    The United States Department of Transportation's Federal Highway Administration (FHWA) has issued a Request for Quotation (RFQ) under Solicitation Number 693JJ325Q000006 for services related to the Recreational Trails Program. This contract aims to provide technical assistance, develop a searchable database, and create annual reports concerning the management of recreational trails funded through this program. Contractors must submit detailed technical and pricing proposals, proving their qualifications and past performance related to similar projects. The evaluation process focuses on the contractor's technical approach and relevant experience, with an emphasis on collaboration with state agencies. The successful contractor will manage project deliverables over a base period of two years, with possible extensions, and is expected to develop comprehensive training resources while ensuring data security. The contract also mandates annual reporting on fund utilization to promote transparency and effectively manage the federal investment in recreational trails.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    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.
    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.
    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.
    Pro Plus Subscription
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to negotiate a single source purchase order for a Pro Plus Subscription with Politico, LLC. This procurement aims to provide FHWA leadership and decision-makers with essential access to timely legislative and transportation news, including real-time updates, customizable newsletters, and AI-generated bill summaries, which are critical for the agency's mission. FHWA has determined that Politico Pro is the premier source for these services after extensive research, highlighting the unique capabilities it offers compared to other vendors. Interested parties may submit their firm's capabilities by February 10, 2025, at 12:00 PM Eastern Time, and inquiries should be directed to Jason Motala at jason.motala@dot.gov.
    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.
    Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the Catoctin Mountain Park project, designated as Project CATO 10(5), 11(2), located in Frederick County, Maryland. The project involves the reconstruction and resurfacing of Route 11 (Foxville-Deerfield Road) and Route 10 (Park Central Road), including full-depth reconstruction, milling, resurfacing, and ancillary improvements, with an estimated total project cost ranging from $5 million to $10 million. This initiative is crucial for enhancing park infrastructure and visitor experience while ensuring compliance with federal regulations and environmental standards. Interested bidders should prepare to submit their bids electronically by the due date specified in the solicitation documents, which are expected to be available around January 21, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Safety Management Inspection (SMI)
    Buyer not available
    The Federal Transit Administration (FTA) is seeking proposals from qualified small businesses for the Safety Management Inspection (SMI) Program, aimed at enhancing safety oversight for State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs). The procurement involves multiple tasks, including developing oversight plans, conducting on-site inspections, and preparing reports to address safety deficiencies, all in compliance with federal safety regulations. This initiative is critical for promoting a robust safety culture within public transportation systems and ensuring ongoing safety improvements nationwide. Interested contractors should contact Crystal Elliott at crystal.elliott@dot.gov or Stephanie Cooke-Nwadibia at stephanie.cooke-nwadibia@dot.gov for further details, with a projected contract value of $81,000 and a performance period spanning from August 27, 2025, to August 26, 2026.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for its Accelerating Market Readiness (AMR) Program through a five-year open Broad Agency Announcement (BAA). This initiative aims to advance innovative transportation technologies that address critical gaps in safety, project delivery, infrastructure performance, climate sustainability, equity, and the use of digital twin technology. The program seeks to bridge the gap between research and practical application, encouraging participation from U.S.-based organizations, including small and disadvantaged businesses, with funding awards ranging from $300,000 to $600,000. Interested parties should submit white papers in response to individual calls posted in SAM, and for further inquiries, they can contact Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@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.