CA ERFO FS LSPDR 2023-1(1B)
ID: 6982AF25B000023Type: 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 rehabilitation of Black Mountain Road in the Los Padres National Forest, California, under the project number CA ERFO FS LSPDR 2023-1(1B). The project aims to reconstruct approximately 6.9 miles of paved access road, including drainage improvements and safety enhancements, to ensure continuous access to the Paso Robles Long Range Radar site and surrounding campgrounds. This total small business set-aside contract has an estimated value between $5,000,000 and $10,000,000, with bids due by November 20, 2025, and must be submitted in compliance with federal regulations. Interested bidders can contact Eric Grosskreuz at cflcontracts@dot.gov for further information.

    Point(s) of Contact
    Eric Grosskreuz
    cflcontracts@dot.gov
    Files
    Title
    Posted
    The Invitation for Bid (IFB) 6982AF25B000023, for the "BLACK MOUNTAIN ROAD" project in Los Padres National Forest, San Luis Obispo County, California, is a Small Business Set-Aside for roadway rehabilitation, repairs, drainage, and safety improvements. The project involves full-depth reclamation, asphalt overlay, drainage system maintenance, and installation of safety markers over 4.13 miles (Schedule A) with an option for an additional 2.75 miles (Option X). Bids are due by November 14, 2025, at 2:00 p.m. local time, with an estimated price range of $5,000,000 to $10,000,000. Bidders must submit printed bids with an original bid bond, be registered in SAM, and comply with FAR and FP-24 specifications. Technical questions are accepted until October 28, 2025. The government encourages partnering and the use of recovered materials.
    Amendment A001 to Solicitation Number 6982AF25B000023, issued by the Federal Highway Administration, extends the offer due date from November 14, 2025, to November 20, 2025. This amendment also updates several critical sections of the solicitation, including the Table of Contents, Solicitation Provisions (pages B-7 and B-8), Contract Clauses (pages C-4 and C-15), and Construction Wage Rate Requirements (pages D-1 to D-54), while deleting page C-20. The project, titled "CA ERFO FS LSPDR 2023-1(1B) Black Mountain Road," involves roadway pavement reclamation, asphalt overlay, drainage system improvements, and the installation of delineators and object markers. Traffic control is required, and the contract type is a firm-fixed-price. The document also details various federal regulations, certifications, and wage rates for San Luis Obispo County, California, covering different construction trades and the application of Executive Orders 14026 and 13658 concerning minimum wages for federal contractors.
    Amendment A002 to Solicitation Number 6982AF25B000023, issued by the FEDERAL HIGHWAY ADMINISTRATION, Central Federal Lands Highway Division, on November 4, 2025, corrects a page numbering error in a previous modification, A001. The purpose of this amendment is to rectify the statement regarding the replacement of pages. Previously, A001 indicated replacing pages D-1 to D-54. The correct statement, as per A002, is to replace pages D-1 to D-25 with attached revised pages D-1 to D-31. Offerors must acknowledge receipt of this amendment to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    The "Questions and Answers during Advertisement for CA ERFO FS LSPDR 2023-1(1B) Black Mountain Road" document addresses contractor inquiries regarding a federal road construction project. Key topics include water source usage from the USFS Pozo fire station, site accessibility, culvert cleaning requirements, traffic control and road closure policies, necessary permits, and fire prevention plans. The document clarifies that a POP extension is not anticipated for Option X if awarded simultaneously with Schedule A, but a time impact analysis can be submitted for other potential extensions. It also confirms a bid due date extension to November 20, 2025, with bids opening in Lakewood, CO, and results posted on SAM.gov. The superintendent can serve as Quality Control Manager and Traffic Control Supervisor, and no local police presence is required.
    This document compiles questions and answers regarding the CA ERFO FS LSPDR 2023-1(1B) Black Mountain Road project, an Invitation for Bid (IFB). Key topics include water source information from the USFS Pozo fire station, site access, culvert cleaning procedures, traffic control requirements (road closures and flaggers), necessary permits, and fire prevention plans. The document also addresses contractor concerns about the Option X award, clarifying that no POP extension is anticipated as it will be awarded concurrently with Schedule A for efficiency. The bid due date has been extended to November 20, 2025, with bids to be opened in Lakewood, CO, and results posted on SAM.gov. While the initial timeline for the base bid work (March 9, 2026, to May 2, 2026) is tight, a time impact analysis may be submitted for consideration of a revised completion date. The superintendent can also serve as Quality Control Manager and Traffic Control Supervisor, and no local police presence is required.
    This document compiles questions and answers regarding the CA ERFO FS LSPDR 2023-1(1B) Black Mountain Road project, an Invitation for Bid (IFB). Key topics include water source details and usage from the USFS Pozo fire station, site access (open to the public), culvert cleaning requirements (flushing allowed if compliant with NPDES and California Construction General Permit), traffic control, permit requirements, and fire prevention plans. The document clarifies that if Option X is awarded, it is expected concurrently with Schedule A, thus no POP extension is anticipated. The bid due date has been extended to November 20, 2025, with bids opened in Lakewood, CO, and results posted on SAM.gov. The original contract timeline for the base bid is 81 days, and a time impact analysis can be submitted for a revised completion date. The superintendent can serve multiple roles (QC Manager and Traffic Control Supervisor), and local police presence is not required. No ground disturbance beyond existing pullouts is allowed, and alternate wall systems for the Welded Wire MSE Wall will not be considered. An amendment also clarified page number discrepancies in the bid packet.
    The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-24) outlines comprehensive guidelines for federal highway projects administered by the Federal Highway Administration. Issued in 2024, the FP-24 integrates with Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR) and is binding when cited in a contract. It primarily uses U.S. Customary units, with Metric units reserved for standardized testing. The document is divided into 10 Divisions covering general requirements, project requirements, earthwork, earth retaining systems, aggregate and base courses, asphalt and rigid pavements, bridge construction, incidental construction, and material specifications. It defines terms, outlines bid and award procedures, and details the scope and control of work, emphasizing electronic documentation and the authority of the Contracting Officer and inspectors. The specifications ensure consistent standards and practices for all federal highway and bridge construction projects.
    The Pavement Report for Black Mountain Road in Los Padres National Forest, California, details findings and recommendations for rehabilitating a 7-mile segment. Prepared by Yeh and Associates, Inc. for Jacobs, the report outlines a geotechnical evaluation, including field exploration, laboratory testing, and engineering analyses. Key recommendations include a new structural section featuring a minimum of 2 inches of hot mix asphalt (HMA) pavement over a minimum of 4 inches of full-depth reclamation (FDR) material. The project also addresses corrosion considerations for drainage structures, slope repair at Station 144+00 with a mechanically stabilized earth (MSE) retaining wall, and general construction considerations, including excavation and material sources. The objective is to restore the roadway, which was damaged by heavy rains in 2022/2023, ensuring a robust and longer-lasting solution.
    The document outlines the Black Mountain Road rehabilitation project (CA ERFO FS LSPDR 2023-1(1B)) in the Los Padres National Forest, San Luis Obispo County, California. The project involves rehabilitation, road repairs, drainage, and safety improvements across two segments: Option X (2.75 miles) and Schedule A (4.13 miles). Key tasks include full-depth reclamation (Method 2, 4-inch depth) and asphalt concrete pavement overlay on the entire existing paved road, shoulder and ditch reconditioning, and installation of drainage flumes and asphalt speed humps. It also details the removal of existing structures, placement of riprap, and construction of mechanically stabilized earth walls. The plans, approved in August 2025, include comprehensive schedules, material quantities, and specifications for various construction activities, ensuring compliance with federal highway standards.
    The document, titled "Questions and Answers during Advertisement for CA ERFO FS LSPDR 2023-1(1B) Black Mountain Road October 21, 2025," addresses inquiries related to a government Invitation for Bid (IFB). Key questions concern the water source at USFS Pozo fire station no. 31, its associated costs, and detailed information about site access. Additionally, the document clarifies requirements for cleaning culverts, specifically whether flushing with water is permissible and if flush water needs to be captured. The answers consistently refer to specific sections of the contract (SCR 105.02(d), Section 607, and Section 107) for detailed guidance on water sources, culvert cleaning methods, and compliance with NPDES and California Construction General Permit requirements. The site is noted as open and accessible to the public, with no scheduled site visit.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    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.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    NM BR AAO EL VADO HERON & EL VADO ROAD REHAB
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NM BR AAO El Vado Heron & El Vado Road Rehabilitation project in Rio Arriba County, New Mexico. The project aims to rehabilitate approximately 5.23 miles of asphalt roadway, improve parking lot operations, and enhance drainage systems at El Vado and Heron Lake State Parks, with a focus on full-depth reclamation and asphalt concrete pavement. This Total Small Business Set-Aside opportunity has an estimated contract value between $5 million and $10 million, with bids due by December 12, 2025. Interested contractors must submit printed bids with original bid bonds and are encouraged to contact Denise Martinez 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.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    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.