ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0

DEPARTMENT OF TRANSPORTATION 69056725B000011
Response Deadline
Feb 24, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the "Road 60 Improvements, MP 0 - 1.0" project located in Klamath County, Oregon. This project, which is a total small business set-aside, involves significant road construction tasks including mobilization, quality control, asphalt pavement, full-depth reclamation, and traffic control over a distance of 1.02 miles. The estimated project cost ranges from $700,000 to $2,000,000, with a fixed completion date set for July 2, 2026. Interested contractors can obtain further details and submit their bids by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.

Classification Codes

NAICS Code
237310
Highway, Street, and Bridge Construction
PSC Code
Y1LB
CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS

Solicitation Documents

16 Files
QA_12-12-2025_2.pdf
PDF58 KB12/12/2025
AI Summary
The document, an FAQ for Project No. OR FS DSHUT601 60(1) "Road 60 Improvements, MP 0 to 1.0," addresses contractor questions regarding a forthcoming solicitation. Most inquiries, including requirements for surveyors (as-builts, topo), erosion control substitutions, turf establishment seed, and traffic control methods (mobile/portable signals), are met with instructions to await the official solicitation documents. These documents, which will include the Invitation for Bids, Special Contract Requirements (SCRs), plans, and physical data, are anticipated to be posted in early 2026. Interested vendors are advised to use SAM.gov's "Follow" feature or add their company to the Interested Vendors List to receive notifications about the project.
QA_12-12-2025.pdf
PDF58 KB12/12/2025
AI Summary
The document addresses frequently asked questions regarding Project No. OR FS DSHUT601 60(1), "Road 60 Improvements, MP 0 to 1.0." Potential bidders raised inquiries about surveyor responsibilities, requirements for as-builts and topography, permissible substitutions for erosion control, acceptance of specific seed for "Turf Establishment," and the use of mobile/portable traffic signals for traffic control. In each instance, the consistent response was to await the official solicitation documents, which include the Invitation for Bids, Special Contract Requirements (SCRs), plans, and physical data, to be posted upon the project's advertisement. This indicates that detailed specifications and requirements for the project were not yet publicly available, and all technical and general questions would be clarified in the forthcoming bid package.
PROJECT DESCRIPTION_OR FS DSHUT601 60(1).pdf
PDF183 KB12/12/2025
AI Summary
The Deschutes National Forest in Klamath County, Oregon, is seeking bids for improvements to Road 60, specifically from MP 0 to 1.0. This project, estimated to cost between $700,000 and $2,000,000, involves approximately 1.02 miles of roadwork, with a tentative completion date of Summer 2026. The scope of work includes grinding, paving, and striping the roadway, along with other minor tasks. Key components of the project are construction survey and staking, contractor quality control, sampling and testing, and construction scheduling. Specific work items include 90 linear feet of soil erosion control, 1.11 miles of full-depth reclamation, 2600 tons of asphalt concrete, 9 tons of asphalt tack coat, and 550 SY of asphalt pavement milling. Incidental construction involves cleaning two culverts, rental equipment, general labor, 28 SQFT of sign systems, 15,000 LNFT of pavement markings, and temporary traffic control measures such as flaggers (480 hours), construction signs (165 SQFT), and tubular markers (110 each). The project is located 14 miles west of Gilchrist, OR.
prelim_orf-dshut60-1_plan.pdf
PDF56008 KB12/12/2025
AI Summary
The document outlines a preliminary project for road construction and maintenance on NF-60 / Crescent Lake Road, identified as OR FS DSHUT601 60(1), near Crescent Lake in Oregon. The project involves various phases, from "MAIN 01" 9+10 to "MAIN 01" 63+00, covering approximately 1 mile. Key tasks include constructing new pavement markings (double yellow centerlines, solid yellow edges, dotted white, and broken yellow lines), installing stop lines, and cleaning existing 12-inch and 18-inch culverts. The plan details geometric curve data (PI, Delta, Radius, Tangent, Length, and superelevation) for multiple sections of the road. Additionally, the project includes temporary traffic control measures with "ROAD WORK AHEAD" signs and 35 MPH speed limits, as well as permanent traffic control plans involving "STOP" signs and "Reverse Curve" warning signs at specific locations such as Crescent Lake Campground and Crescent Lake Sno-Park. The overall purpose is to improve road safety and infrastructure in the Crescent Lake area.
Prelim Letter_OR FS DSHUT601 60(1).pdf
PDF121 KB12/12/2025
AI Summary
The Western Federal Lands Highway Division issued a notice for Project No. OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0, located in Deschutes National Forest, Klamath County, Oregon. The project involves aggregate placement, full depth reclamation, and paving on Forest Road 60 from Milepost 0.0 to 1.0. Prospective bidders are advised to view the site before November 5, 2025, due to potential weather-dependent access and snow conditions later in the year. Federal Highway Administration personnel will not conduct 'show-me tours.' Technical questions should be emailed to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov or by phone at 360-619-7520. Solicitation documents will be released in winter 2025/2026 on www.sam.gov, where bidders can follow the project for automatic notifications.
QA_1-30-2026.pdf
PDF103 KB2/25/2026
AI Summary
This government file addresses questions regarding the "Road 60 Improvements, MP 0 to 1.0" project (Project No. OR FS DSHUT601 60(1)). The initial technical inquiries, dated December 12, 2025, primarily concern surveyor responsibilities, erosion control substitutions, seed specifications, and traffic control methods. For these questions, the consistent response was to await the solicitation documents, including the Invitation for Bids, Special Contract Requirements (SCRs), plans, and physical data, which were anticipated to be advertised in early 2026. The document also provides guidance on how to receive project notifications through SAM.gov. A later technical clarification, dated January 30, 2026, details the placement of 2-inch crushed aggregate for the full-depth reclamation process. It specifies that the aggregate should be placed and spread prior to pulverization to be incorporated into the pulverized asphalt and subbase, creating a homogenous, stabilized base section. Payment for this aggregate is incidental to the "FULL DEPTH RECLAMATION, METHOD 2, 6-INCH DEPTH" pay item, as per Section 304 of the SCRs and the FP-14 Manual.
IFB_69056725B000011_OR FS DSHUT601 60(1).pdf
PDF3603 KB2/25/2026
AI Summary
This Invitation for Bids (IFB) from the U.S. Department of Transportation, Federal Highway Administration, solicits bids for the "Road 60 Improvements, MP 0 - 1.0" project in Deschutes National Forest, Klamath County, Oregon. This is a total small business set-aside. The project involves 1.02 miles of road improvements and is governed by FP-14 Standard Specifications. Key requirements include submitting printed bids with a valid bid bond and completing the SF 1442 form, Representations & Certifications, and Authority to Sign documents. Electronic bids are not accepted, but modifications/withdrawals via email are allowed. The fixed completion date for the work is July 2, 2026. The estimated price range for the project is between $700,000 and $2,000,000. Bidders must adhere to specific formatting for bid schedules and ensure compliance with various FAR clauses, including those related to Buy American requirements and security prohibitions. The document also includes information regarding DOT's intent to forbear enforcement of certain contract clauses inconsistent with recent Executive Orders.
orf-dshut60-1_plan.pdf
PDF54268 KB2/25/2026
AI Summary
The document details the "OR FS DSHUT601 60(1)" project, focused on road construction and improvements along NF-60 / Crescent Lake Road, near Crescent Lake. The project involves various construction activities, including mobilization, surveying, quality control, soil erosion management (fiber rolls and turf establishment), full-depth reclamation, asphalt paving (Type 1, tack coat, milling), culvert cleaning (12-inch and 18-inch), and extensive pavement marking (solid white stop lines, solid yellow, broken yellow, and dotted white). Temporary traffic control measures such as tubular markers, construction signs, and flaggers are outlined to ensure safety during construction. Permanent traffic control plans include installing stop signs and reverse curve signs. The project spans multiple sections of NF-60, with specific coordinates and stations marking the beginning and end points, as well as various curves and approaches. Key equipment specified includes dump trucks, backhoe loaders, and general labor. The overall scope indicates a comprehensive road infrastructure upgrade to enhance safety and functionality in the Crescent Lake area.
WFLHD Construction Contract Administration_FY 23 V2.pdf
PDF162 KB2/25/2026
AI Summary
The WFLHD Construction Contract Administration outlines the Federal Highway Administration's (FHWA) procedures for definitizing equitable adjustments for change orders in construction contracts, as required by FAR 36.211. This document specifically addresses the timeline for definitizing such adjustments and provides performance data for the past three fiscal years (FY 2021-2023). It clarifies that there are no agency-specific additional policies or procedures beyond the standard definitions of change orders in FAR 2.101 and FAR 52.243-4. The data presented shows the number of change order proposals definitized within various timeframes, from 0 to 30 days up to 366 or more days, across the specified fiscal years. This information is crucial for understanding the agency's compliance and efficiency in handling contract modifications.
Amendment A002.pdf
PDF303 KB2/25/2026
AI Summary
Amendment A002 to Solicitation No. 69056725B000011, effective February 9, 2026, pertains to the OR FS DSHUT601 60(1) Road 60 Improvements project, spanning milepost 0 to 1.0. Issued by the Federal Highway Administration, this amendment primarily extends the bid opening date. The original bid opening date of February 11, 2026, has been revised to February 19, 2026. This change is explicitly noted as a
Amendment A001.pdf
PDF12136 KB2/25/2026
AI Summary
Amendment A001 to Solicitation No. 69056725B000011, effective February 4, 2026, details revisions for the OR FS DSHUT601 60(1) Road 60 Improvements project (MP 0 - 1.0). The amendment updates the Davis-Bacon General Wage Decision Number from OR20250001 to OR20260001, with an effective date of January 23, 2026, impacting minimum wage schedules. Key revisions include replacing 'Electronic Documentation' with 'Masterworks' in Section IV, adding definitions for 'CDR' and 'Masterworks,' and revising multiple subsections within the Special Contract Requirements (Pages E-1 to E-37a) related to documentation, measurement of work, pricing adjustments, progress payments, and contractor daily records. Plan sheets C.1 and D.2 have also been revised. The amendment emphasizes the use of Masterworks, a web-based system for contractors to prepare daily records and submit documents, and provides instructions for obtaining user accounts and training. It also includes updated information on the U.S. SBA’s Surety Bond Guarantee program, fraud alerts, and post-award requirements regarding insurance and contractor performance evaluations.
Amendment A003.pdf
PDF1626 KB2/25/2026
AI Summary
Amendment A003 to Solicitation No. 69056725B000011 for the "OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0" project revises the bid opening date and time from February 19, 2026, at 1400 PT to February 24, 2026, at 1430 PT. This amendment also modifies the bid schedule by deleting item A0320, "62501-0000 Turf Establishment," and adding item A0510, "63506-0600 Temporary Traffic Control, Pilot Car." Furthermore, it revises specific subsections within the Special Contract Requirements concerning "Full Depth Reclamation" and entirely removes several subsections related to "Turf Establishment." Various plan sheets, including the Summary of Quantities and Typical Sections, are also revised as part of this amendment.
QA_2-11-2026.pdf
PDF113 KB2/25/2026
AI Summary
This document addresses questions regarding the Road 60 Improvements, MP 0 to 1.0 project, a federal government RFP. Early inquiries about surveyor requirements, erosion control substitutions, seed specifications, and traffic control methods were deferred until the solicitation documents were posted. Later questions clarified that 2-inch crushed aggregate should be placed before pulverization for full-depth reclamation, and payment for this aggregate is incidental to the reclamation item. The government will not provide digital design files for Automated Machine Guidance, with the contractor responsible for surveying. Issues regarding a missing pilot car bid item and conflicting turf establishment dates with the project completion date will be addressed by Amendment A003. Information on how to receive solicitations and access the interested vendors list was also provided, with a projected advertisement in early 2026.
QA_2-10-2026.pdf
PDF110 KB2/25/2026
AI Summary
The document details a series of questions and answers related to the "Road 60 Improvements, MP 0 to 1.0" project (Project No. OR FS DSHUT601 60(1)), likely a federal government RFP. Early questions regarding surveyor responsibilities, erosion control, seed substitutions, and traffic control methods are deferred, with responses stating that details will be available in the forthcoming solicitation documents (Invitation for Bids, Special Contract Requirements [SCRs], plans, and physical data), anticipated in early 2026. The document also advises interested parties to follow the project on SAM.gov for notifications. Later, more specific technical questions are addressed, clarifying that a 2-inch crushed aggregate layer should be placed before pulverization for full-depth reclamation, with payment incidental to a specific pay item. Issues regarding the absence of a pilot car bid item, conflicting turf establishment dates with the project completion, and payment for unsuitable material removal will be addressed by Amendment A003. Finally, the government will not provide digital design files for Automated Machine Guidance, as the contractor is responsible for all construction surveying per SCR 152.
Bid Tabulation_OR FS DSHUT601 60(1).pdf
PDF562 KB2/25/2026
AI Summary
The “Road 60 Improvements, MP 0 - 1.0” project in Klamath County, OR, involved bids from five contractors for various road construction tasks. JAL Construction, Inc. submitted the lowest overall bid at $561,276.00, significantly below the Engineer's Estimate of $1,421,148.00. T LINE CONSTRUCTION LLC was deemed non-responsive with a bid of $0.00. The project, under Solicitation No. 69056725B000011, included work such as mobilization, construction survey, quality control, asphalt pavement, full-depth reclamation, culvert cleaning, and traffic control. The bid tabulation was generated by Rebekah Webb on February 25, 2026, and certified by her as the Contracting Officer.
BidSum_OR FS DSHUT601 60(1).pdf
PDF95 KB2/25/2026
AI Summary
The Bid Opening Summary for Solicitation No. 69056725B000011 details the bids received for the OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0 project. The bid opening occurred on February 24, 2026, at 2:30 p.m. Five contractors submitted offers: Robinson & Owen Heavy Construction bid $812,033.00, Marcum & Sons, LLC bid $630,831.27, T-Line Construction, LLC bid $912,453.80, JAL Construction, Inc. bid $561,276.00, and Tidewater Contractors, Inc. bid $827,911.10. The Engineer's Estimate for the project was $1,421,148.00. JAL Construction, Inc. was identified as the low bidder. The bid opening was attended by 6 online guests and 3 WFL representatives online, and 8 WFL representatives in person. Rebekah Webb served as the Bid Opening Officer, with Haydar Mohammad as Assistant.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 19, 2025
amendedAmendment #1· Description UpdatedOct 3, 2025
amendedAmendment #2· Description UpdatedDec 12, 2025
amendedAmendment #3· Description UpdatedDec 12, 2025
amendedAmendment #4· Description UpdatedJan 30, 2026
amendedAmendment #5· Description UpdatedFeb 4, 2026
amendedAmendment #6· Description UpdatedFeb 9, 2026
amendedAmendment #7· Description UpdatedFeb 17, 2026
amendedLatest Amendment· Description UpdatedFeb 25, 2026
deadlineResponse DeadlineFeb 24, 2026
expiryArchive DateMar 11, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL HIGHWAY ADMINISTRATION
Office
690567 WESTERN FEDERAL LANDS DIV

Point of Contact

Name
Contracts G. Office

Place of Performance

Gilchrist, Oregon, UNITED STATES

Official Sources