WY FLAP JOH 14(1) North Fork Crazy Woman Creek Bridge
ID: 6982AF24B000023Type: Solicitation
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 replacement of the North Fork Crazy Woman Creek Bridge in Johnson County, Wyoming, under the contract number 6982AF24B000023. The project involves replacing the existing bridge structure on Crazy Woman Canyon Road/Route 33, including roadway approach reconstruction and installation of object markers, with a focus on adhering to federal construction standards and environmental regulations. This initiative is part of a broader effort to enhance federal transportation infrastructure, categorized as a total small business set-aside under NAICS 237310, with a bid submission deadline of October 1, 2024. Interested contractors should direct inquiries to Denise Martinez or Leslie Karsten at CFLAcquisitions@dot.gov and ensure compliance with all specified requirements and timelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation is inviting bids for the North Fork Crazy Woman Creek Bridge replacement project (Solicitation Number: 6982AF24B000023). This federal project in Johnson County, Wyoming, aims to replace an existing bridge and perform associated road resurfacing and reconditioning over a distance of 0.07 miles within Bighorn National Forest. The bid submission deadline is specified, with bids required to be in printed form—electronic submissions are not accepted. The project is categorized as a total small business set-aside under NAICS 237310 for highway, street, and bridge construction, with a minimum size requirement of $45 million. Several documents must accompany each bid, including completed forms, Buy American Act compliance documentation, and a bid guarantee. Bidders are encouraged to attend a non-mandatory pre-bid meeting to clarify project details. The contract will be awarded to the lowest responsive and responsible bidder, subject to funding availability. Provisions include adherence to federal acquisition regulations, labor compliance, and utilizing small and veteran-owned business enterprises in subcontracting opportunities. This project underscores the commitment to maintaining and improving federal transportation infrastructure while promoting small business participation.
    The document outlines the amendment process and requirements for a federal solicitation under the Federal Highway Administration, specifically regarding the North Fork Crazy Woman Creek Bridge project (contract number 6982AF24B000023). Offers must acknowledge receipt of the amendment to avoid potential rejection, either by returning specific forms or via electronic communication. The amendment modifies the solicitation by replacing page E-32 and includes detailed specifications for materials and design criteria, such as the use of high-strength corrosion-resistant steel and compliance with AASHTO standards. Structural calculations and shop drawings must be submitted for approval before fabrication. The amendment emphasizes the importance of adhering to the specified conditions and deadlines, maintaining the integrity of the solicitation process while ensuring compliance with federal guidelines. Overall, the document serves to clarify expectations and procedures for contractors interested in bidding for federal projects.
    The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) is a comprehensive document issued by the U.S. Department of Transportation, specifically the Federal Highway Administration, to dictate the construction standards applicable to federal highway projects. It includes both U.S. Customary and Metric units and becomes a binding part of contracts when included. Key components of the specifications include requirements on terms and definitions, bid processes, scope of work, project control, and material specifications. The document outlines the responsibilities of contractors, including submission and approval of project documents, bid guarantees, and adherence to safety and quality control standards. Specific sections detail various aspects of construction phases such as earthwork, pavement types, bridge construction, and material requirements, ensuring that projects meet established safety, environmental, and quality guidelines. Overall, FP-14 serves as a crucial framework for ensuring compliance and quality in federal highway construction, addressing both legal relations and operational directives pertinent to contractors, and promotes safety, quality, and effective management throughout the construction life cycle.
    This document serves as a geotechnical addendum for the North Fork Crazy Woman Creek Bridge replacement project in Wyoming, updating the final geotechnical report issued in April 2023. The addendum primarily alters the foundation design due to access challenges for drilling equipment, leading the project team to propose micropile foundations instead of the originally recommended drilled shaft foundations. A temporary bridge or alternative strengthening methods are also considered for construction feasibility. Key design recommendations include the use of 9-inch micropiles with specified lengths and bond criteria, as outlined in a summarized table. AASHTO standards guide the design, emphasizing the importance of a specific grout mix for structural integrity and load capacity. Additionally, minimum elastic settlement expectations are provided, and testing verifications are recommended for each abutment to confirm the foundation's adequacy. The document stresses the significance of site evaluation by contractors prior to bidding to identify potential construction challenges, while also including disclaimers regarding the acknowledgment of subsurface variations that may impact foundation conditions. Overall, this addendum reflects a careful adaptation to project constraints while maintaining engineering integrity.
    The geotechnical report for the North Fork Crazy Woman Creek Bridge replacement in Johnson County, Wyoming, outlines the results of a study conducted by the Federal Highway Administration's Central Federal Lands Highway Division. The existing bridge, built in 1997 and requiring replacement due to its poor condition, spans 40 feet and is located on County Road 14. The report covers regional geology, subsurface investigations, and seismic considerations, emphasizing the need for deep foundations due to anticipated scour at the site. The proposed replacement is a steel prefabricated bridge designed to meet updated load standards, with recommendations for drilled shaft foundations given the site's complex conditions. Key sections include the geotechnical exploration program, specifying laboratory tests, subsurface conditions, and analyses of foundation options. The report concludes with recommendations for construction, including managing access during traffic disruptions and addressing potential groundwater challenges. It aims to provide the necessary guidance for bridge design, ensuring structural integrity and compliance with federal regulations during construction activities. Overall, the document serves to inform stakeholders involved in federal infrastructure development in alignment with RFP and grant frameworks, ensuring safe and effective construction practices.
    The Final Hydraulics Report for the North Fork Crazy Woman Creek Bridge in Johnson County, Wyoming, prepared by the Federal Highway Administration, details hydrologic and hydraulic analyses for a proposed bridge replacement under the Federal Lands Access Program. The existing bridge, in poor condition, will be replaced with a 14-foot-wide, 51-foot-long single-span structure. The report employs the FHWA Project Development and Design Manual to estimate peak flows and assesses hydraulic modeling of the site using SRH-2D software. Key findings include water surface elevations and flow velocities for varying storm events, demonstrating sufficient freeboard and capacity to manage anticipated flood risks. The study highlights necessary design parameters for scour protection and bridge stability, recommending maintenance of existing bank structures without additional countermeasures. The report emphasizes comprehensive hydrologic data analysis acquired from local stream gages, showing the design flows that align with regulatory requirements. Ultimately, this report aims to ensure safety and compliance with federal and state standards during the bridge construction and maintenance.
    The document outlines a pre-construction meeting for the North Fork Crazy Woman Creek Bridge project, identified as WY-FLAP JOH 14(1), scheduled for September 10, 2024. It lists attendees from various organizations, including the Federal Highway Administration (FHWA) and several contracting firms, highlighting their names, companies, and contact information. The purpose of the meeting is likely to discuss project expectations, roles, and coordination efforts among stakeholders, emphasizing collaboration for successful execution. This type of meeting is essential in federally funded projects to ensure compliance with regulations and promote effective communication among involved parties. Overall, the document serves as a record of participants and signifies the preparative steps toward bridge construction as part of a broader federal initiative to enhance infrastructure.
    This document addresses questions and clarifications related to the construction advertisement for the WY FLAP JOH 14(1) North Fork Crazy Woman Creek Bridge, dated August 30, 2024. A specific inquiry regarding the materials used for the bridge railing is presented, noting a discrepancy between the typical section calling for weathering steel and a provision that specifies a galvanized guardrail. The response clarifies that weathering steel should be used for the thrie-beam bridge railing and directs attention to Amendment A001 for official guidance. This exchange illustrates the importance of clear communication and adherence to approved specifications in federally funded infrastructure projects, ensuring compliance with design standards and materials. Such inquiries and their resolutions are common in the context of government Requests for Proposals (RFPs) and grants, focusing on ensuring all parties involved understand project requirements accurately.
    The document outlines questions and answers related to the advertisement for the WY FLAP JOH 14(1) North Fork Crazy Woman Creek Bridge project, focusing on critical specifications and timelines. It clarifies that weathering steel should be used for the thrie-beam bridge railing, as specified in an amendment, contradicting previous references to galvanized guardrail. Furthermore, the anticipated bid date is provided in the invitation for bid, with a clear directive that no ground disturbing activities can commence before May 1, 2025. The project's completion date is established as September 26, 2025. This information is vital for contractors to prepare competitive bids and ensure adherence to project specifications and timelines, indicating a structured approach to managing federal and state RFP processes.
    The document addresses the Questions and Answers concerning the WY FLAP JOH 14(1) North Fork Crazy Woman Creek Bridge project, which seeks to clarify critical details related to the project's bidding and execution phases. Notable clarifications include the confirmation to use weathering steel for bridge railings, a bid date outlined on the invitation for bid, and the stipulated construction timeframe between May 1, 2025, and September 26, 2025. The contractor is responsible for obtaining the NPDES permit, while existing gates can be used for road closure per specified sections of the State Contract Requirements (SCRs). Other essential considerations include clarifications about right-of-way (ROW) details, bird survey requirements for clearing trees, and the conditions for staging areas. The document is crucial for ensuring compliance with environmental and safety regulations, while providing guidance for contractors on various aspects of project management. Overall, it serves as a pivotal communication tool to facilitate an informed bidding and execution process for stakeholders involved in the bridge construction project.
    The WY FLAP JOH 14(1) project focuses on the replacement of the North Fork Crazy Woman Creek Bridge. A pre-bid meeting scheduled for September 10, 2024, will outline project details involving a collaboration among multiple stakeholders, including the FHWA-CFLHD Team, land management agencies, and design engineers. The new structure aims to meet current standards, as the existing bridge, built in 1997 using older materials, is load rated but requires significant upgrades due to environmental concerns and operational limitations. Challenges include limited work areas, potential lead paint on existing steel girders, and concurrent construction projects nearby. Specific contract requirements include adherence to various environmental and construction regulations, stakeholder coordination to prevent disruption, and a set timeline for completion by September 2025. The solicitation is a total small business set aside, with bids due by October 1, 2024. Interested parties must submit any inquiries by September 23, 2024. This RFP exemplifies federal efforts to ensure infrastructure safety while promoting responsible contracting practices and environmental stewardship.
    The document outlines the bid schedule and details for the WY FLAP JOH 14(1) project, specifically focusing on the N. Fork Crazy Woman CR Bridge. It includes a comprehensive summary of quantities pertaining to various aspects of construction, such as mobilization, construction survey, soil erosion control, structural excavation, and structural concrete. Each line item specifies the pay item number, description, estimated quantities, and unit of measurement, with notes on project requirements and labor categories. The document employs a structured format that categorizes tasks under grading, surfacing, miscellaneous items, and bridge allowances, demonstrating attention to engineering control and contractor responsibilities. Completion milestones and dates for the project are also recorded, indicating 100% completion as of July 3, 2024. This file serves as a formal record for federal and state compliance in construction bidding—ensuring accurate estimation and accountability in the execution of transportation infrastructure improvements.
    Similar Opportunities
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    WY NPS YELL 10(24), Norris to Golden Gate Phase 3
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration for the construction of highways, roads, streets, bridges, and railways in Wyoming, USA. The notice is for the WY NPS YELL 10(24), Norris to Golden Gate Phase 3 project. The attached preliminary plans provide information on the location and type of work for this project. Prospective Offerors are encouraged to view the project during Fall as conditions permit, as access may not be available after November 1, 2023. This project will be solicited against the upcoming Yellowstone & Grand Teton Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) under Request for Proposal (RFP) 69056723R000013. Only contractors awarded IDIQs under RFP 69056723R000013 will be eligible for award of this project. The Yellowstone & Grand Teton MATOC solicitation can be found on SAM.GOV at the provided link.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing infrastructure for recreational access. The project involves the removal of the existing bridge and the construction of a new prefabricated steel bridge, along with necessary site preparation and environmental considerations to restore natural hydrology. This initiative is part of a broader effort to maintain and upgrade essential structures within national forests, ensuring safety and accessibility for users. Proposals are due by 5:00 p.m. Central Time on September 24, 2024, and interested contractors should contact Mary Harding at mary.harding@usda.gov for further details.
    CO OMAD 300(69) Minuteman Missile Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the CO OMAD 300(69) Minuteman Missile Access Road project, which involves the reconditioning and re-graveling of approximately 116.910 miles of access roads utilized by the United States Air Force across Colorado, Nebraska, and Wyoming. The project aims to enhance road maintenance by adding a four-inch aggregate surface course and includes specific requirements for roadway reconditioning while adhering to federal construction standards. This initiative is crucial for maintaining essential infrastructure supporting national defense operations. Interested contractors should note that the total project funding is estimated at $8,650,000, with bids due by the specified deadlines, and can contact Stephanie Navarro or Jorey Deml at CFLContracts@dot.gov for further information.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    MT FLAP BOR 2980(1), Sun River Bridge Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Sun River Bridge Replacement project, identified as MT FLAP BOR 2980(1), located approximately 50 miles northwest of Augusta, Montana. The project entails constructing a new three-span, 462-foot long precast-post-tensioned girder bridge with a concrete deck, situated 200 feet downstream of the existing bridge, along with new approach roadways and potential demolition of the existing structure. This initiative is crucial for enhancing regional infrastructure and ensuring safe transportation access, with an estimated contract value between $10 million and $20 million and a tentative completion date set for Fall 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation anticipated to be released in Fall 2024.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    MT NP LIBI 10 (2), Little Bighorn Battlefield National Monument
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "MT NP LIBI 10 (2), Little Bighorn Battlefield National Monument". The project is a total small business set-aside and falls under the NAICS code 237310 for Highway, Street, and Bridge Construction. The place of performance is Montana, United States. The primary contact for this project is Contracts G. Office, who can be reached at wfl.contracts@dot.gov or 3606197520. The project involves the construction of highways, roads, streets, bridges, and railways at the Little Bighorn Battlefield National Monument. Prospective offerors are encouraged to view the project during the summer or fall as conditions permit. More details can be found in the attached documents.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    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.