OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
ID: 69056725R000017Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the "OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas" project. This opportunity is specifically targeted at pre-selected Western Region Pavement Preservation (WRPP) MATOC IDIQ holders, with the aim of executing pavement preservation projects across approximately 24.58 miles in Oklahoma and North Texas, with an estimated contract value between $10 million and $20 million. The project is critical for maintaining and enhancing the infrastructure of national parks and surrounding areas, ensuring safe and reliable transportation routes. Proposals are due by January 7, 2026, following an extension from the original deadline, and interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file contains several identically structured sections, each digitally signed by Kirsten Sargent, PE, CEng MICE, and James Mills, with varying dates (August 6, 2025, and November 11, 2025). Another signatory, KIRK R LOFTSGAARDEN, also appears with a digital signature dated November 17, 2025. Each section includes a series of numbered, abstract entries that appear to be placeholders or codes, indicating various aspects or requirements within a project or proposal. These entries are followed by sections detailing "�����������������������������������������������������������" and "���������������������������������������������������������������������������������������������������������������������������������������", suggesting comprehensive and detailed specifications. The repetitive nature of the structure across different dates implies a phased project or recurring documentation. Given the context of government RFPs and grants, this document likely represents a standardized template for project documentation, possibly outlining technical specifications, compliance requirements, or contractual terms that need to be filled in or reviewed by different stakeholders at various stages.
    The document outlines the "Pavement Preservation Oklahoma and North Texas Projects, FP-24" by the U.S. Department of Transportation, Federal Highway Administration, Western Federal Lands Highway Division. This project focuses on pavement preservation and full-depth reclamation overlays across various national park sites: Alibates Flint Quarries National Monument, Lake Meredith National Recreation Area, Chickasaw National Recreation Area, and Washita Battlefield National Historic Site. The scope includes micro-surfacing, chip sealing, scrub sealing, crack sealing and filling, and asphalt concrete pavement patching (Type 1 and 2). Detailed typical sections for each treatment are provided, along with overlay connection details, drainage ditch details, and utility trench specifications. The document also includes extensive surfacing tabulation sheets, detailing quantities and application rates for materials across numerous routes and parking areas within the identified national park sites in Texas and Oklahoma. Key considerations include protecting existing infrastructure and adhering to material application rates for estimating purposes.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Alibates Flint Quarries National Monument in Texas. The program, established in 1976, systematically inventories and inspects the condition of paved assets within the National Park System using automated vehicles and manual ratings. This data feeds into the Highway Pavement Management Application (HPMA) to prioritize maintenance and rehabilitation projects. Cycle 6, running from 2014 to 2020, aims to collect data on all paved roads and parking areas, with additional collections for primary routes in larger parks. The report includes methodologies for condition ratings, distress types like cracking and rutting, and an explanation of Pavement Condition Rating (PCR) categories (Excellent, Good, Fair, Poor) and corresponding treatment types (Preventive Maintenance, Light Rehabilitation, Heavy Rehabilitation, Reconstruction).
    Amendment A001 to Solicitation No. 69056725R000017, effective December 1, 2025, modifies the solicitation for the "Pavement Preservation Oklahoma" and "Pavement Preservation North Texas" projects. This amendment primarily revises the contract clauses, specifically addressing FAR Clause 52.217-7, "Option for Increased Quantity—Separately Priced Line Item." The revisions detail requirements for contractors to provide information for price reasonableness evaluations, especially concerning exceptions from certified cost or pricing data submissions. It outlines guidelines for commercial product and service exceptions, including catalog and market-priced items. If an exception is not granted, contractors must submit certified cost or pricing data according to FAR 15.408-2. Additionally, the amendment clarifies the Government's right to exercise options for increased quantities within 100 days of contract award.
    This document, Amendment of Solicitation/Modification of Contract A001, issued by the Federal Highway Administration on December 17, 2025, extends the bid opening date for Solicitation No. 69056725R000017 from December 19, 2025, to January 7, 2026. The solicitation, titled "OK NP MULTI PMS(1) and TX NP MULTI PMS(2), Pavement Preservation Oklahoma and Pavement Preservation North Texas," is specifically for Western Region Pavement Preservation (WRPP) MATOC IDIQ holders. Key revisions include updates to FAR Clause 52.217-7 Option for Increased Quantity—Separately Price Line Item, and current effective dates for Davis-Bacon General Wage Decision Numbers TX20250298, TX20250046, OK20250020, and OK20250018, all effective December 12, 2025. Additionally, the special contract requirements now include an Engineer Stamp on the cover page and revisions to Subsection 703.09 Chip Seal and Scrub Seal Aggregate, including Table 703-5. A new Subsection 703.10 Slurry Seal and Micro Surfacing Aggregate is added, with updates to Table 703-6 and the addition of Table 703-6A. These changes collectively aim to update the terms, conditions, and technical specifications for the pavement preservation projects in Oklahoma and North Texas.
    The FLH Bridge Oversized/Overweight Permit Load Request is an application for obtaining a permit to transport oversized or overweight loads across FLH bridges. The two-page document details the information required from applicants, including personal and company details, USDOT number, contact information, a description of the load and route, and the proposed date of movement. It also requires specific vehicle configuration details such as width, height, length, and gross weight. A critical component of the application is a vehicle configuration sketch, requiring top and side views with dimensions, and a table detailing axle number, spacing, weight per axle, load per axle, and number of tires per axle. The form emphasizes that incomplete, illegible, or inconsistent data will result in the application being returned for correction. An
    The Federal Highway Administration (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Lake Meredith National Recreation Area in Texas. This report, dated April 2018, is part of a larger initiative by the FHWA and National Park Service (NPS) to inventory and assess transportation facilities within the National Park System. The assessment uses automated vehicles and manual ratings to determine pavement conditions, aiding in prioritizing maintenance and rehabilitation projects. The RIP, established in 1976, has evolved through several cycles, with Cycle 6 (2014-2020) aiming to collect data on all paved roads and parking areas in all parks, with additional collections for primary routes in large parks. The data is managed using the Highway Pavement Management Application (HPMA) to forecast pavement performance and calculate deferred maintenance. The report includes an introduction, park route inventory, park summary information, route location maps, condition rating sheets for roads and parking areas, road milepost information, and appendices detailing methodology and a glossary of terms. This effort is mandated by federal acts like TEA-21 and MAP-21 to ensure a comprehensive national inventory and pavement management system for park transportation infrastructure.
    The Federal Highway Administration (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas within the Chickasaw National Recreation Area in Oklahoma, conducted in 2018. This assessment, utilizing automated inspection vehicles and manual ratings, is crucial for the National Park Service's (NPS) pavement management system. The RIP, established in 1976 through an MOA between NPS and FHWA, systematically inventories and assesses road conditions to prioritize maintenance and rehabilitation projects. The report outlines the history of the RIP and the Pavement Management System, highlighting legislative mandates from TEA-21 and MAP-21. Cycle 6, initiated in 2014, aims to collect data from all paved roads and parking areas in all NPS park units, with additional collections for primary routes in larger parks to enhance pavement performance prediction models. This comprehensive effort by the FHWA RIP Team supports effective infrastructure management within the National Park System.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) assesses paved roads and parking areas within the National Park System. This report details the Cycle 6 condition assessment of Washita Battlefield National Historic Site, conducted using automated and manual methods in April 2018. The RIP, established in 1976, inventories and inspects paved assets to prioritize maintenance and rehabilitation. Cycle 6, from 2014-2020, includes all paved roads and parking areas in all parks, with additional collections for primary routes in larger parks. The Pavement Management System (PMS), utilizing the Highway Pavement Management Application (HPMA), stores data, forecasts performance, and calculates deferred maintenance. The report includes methodologies for condition ratings, distress identification, and pavement treatment types, with a specific focus on the Pavement Condition Rating (PCR).
    This government solicitation (69056725R000017) outlines a Pavement Preservation project across Oklahoma and Texas, specifically in Moore and Potter Counties (TX) and Murray and Roger Mills Counties (OK), including Alibates Flint Quarries, Chickasaw National Recreation Area, Lake Meredith National Recreation Area, and Washita Battlefield. The project, estimated between $10 million and $20 million with a tentative completion date of Summer 2026, involves full depth reclamation overlay and pavement preservation over 24.58 miles. Key work includes construction quality control, contractor sampling and testing, and soil erosion control. Specific tasks detail removal of headwalls, placed riprap, roadway aggregate, full depth reclamation, various asphalt pavements and surface treatments (e.g., fog seal, chip seal, micro surfacing, crack cleaning/sealing, patching), sealing rigid pavement joints, and incidental construction like pipe culverts, culvert cleaning, concrete wheelstops, rumble strips, permanent and temporary pavement markings, and temporary traffic control measures.
    This document addresses a question regarding a federal government Request for Proposal (RFP) related to pavement preservation projects in Oklahoma (Project No.: OK NP MULTI PMS(1)) and North Texas (Project No.: TX NP MULTI PMS(2)). The specific query concerns the omission of a specified date for FAR Clause 52.217-7, "Option for Increased Quantity," on page C-22 of the solicitation proposal. The response indicates that this issue will be resolved through Amendment A001, dated 12/1/25. This interaction highlights a common procedural clarification sought during the RFP process, ensuring all contractual terms are clearly defined.
    The document addresses questions and answers related to Pavement Preservation projects in Oklahoma and North Texas (Project Nos. OK NP MULTI PMS(1) and TX NP MULTI PMS(2)). Key points include an upcoming amendment (A001) to provide a specified date for FAR Clause 52.217-7, confirmation that each Traffic Control Supervisor (TCS) per day will be paid under bid item A0880, clarification that the FHWA will use the nearest NOAA National Weather Service station for forecast information regarding weather limitations, and a directive to bid as advertised regarding the requirement to fog the surface with water before spreading material, despite a suggestion to change the wording to "when needed."
    This government file, detailing
    The Western Region Pavement Preservation (WRPP) MATOC Task Order Request for Proposals (Solicitation No. 69056725R000017) outlines pavement preservation projects in Oklahoma and North Texas. This solicitation is exclusively for pre-selected WRPP MATOC IDIQ holders, with bids accepted only from seven prime contractors: VSS International, Inc.; H-K Contractors, Inc.; Intermountain Slurry Seal, Inc.; Hat Creek Construction & Materials, Inc.; Doolittle Road Construction; Central Southern Construction Corp.; and American Pavement Systems, Inc. The project, estimated between $10,000,000 and $20,000,000, covers 24.58 miles (Base) and options for additional mileage, impacting National Parks and counties in both states. Proposals are due by December 19, 2025, at 1400 local time, and must include a bid bond, SF 1442, and other specified documentation. Large businesses must submit a subcontracting plan. The work, governed by FP-24 specifications, is expected to commence within 10 days of notice to proceed and be completed by October 9, 2026.
    Similar Opportunities
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Transportation, Department Of
    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.