AK USFS Chug1004 9(1), Vagt Lake Trailhead
ID: 69056724B000024Type: Presolicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the proposed construction and design plans for the Vagt Lake Trailhead project located within the Chugach National Forest, managed by the U.S. Forest Service in collaboration with the Federal Highway Administration. The project focuses on constructing access roads, parking areas, and facilities at Vagt Lake, with a special emphasis on accessibility and environmental conservation. It includes detailed specifications for roadway dimensions, drainage systems, erosion control measures, and the installation of amenities like vault toilets and informational kiosks. Various sections provide site layouts, grading plans, and quantification of materials needed for construction, highlighting compliance with applicable standards, such as the Alaska Department of Transportation's gradation specifications. This initiative aims to enhance recreational access, ensure safety, and preserve the surrounding ecosystem, aligning with federal infrastructure development goals under the Bipartisan Infrastructure Law. Overall, the documentation serves as a critical guide for stakeholders involved in the planning and construction phases of the project.
    The project outlined in this document involves the construction and enhancement of Vagt Lake Trailhead in Chugach National Forest, Kenai Peninsula, Alaska. Key tasks include excavation, grading, installation of a vault toilet, concrete work for ADA parking and walkways, sign installation, and other minor constructions over a project length of 0.133 miles. The estimated cost ranges from $700,000 to $2,000,000, with a target completion date in Fall 2025, pending the formal solicitation date. Works include significant earthworks, erosion control measures, installation of aggregate and concrete structures, and various incidental constructions such as signage and pavement markings. The project emphasizes quality control, environmental safety, and adherence to municipal and federal construction standards. This RFP aims to attract qualified contractors to ensure the successful development of the trailhead, enhancing accessibility and promoting recreation in the national forest. The document comprehensively outlines material requirements and construction activities, serving as a critical guideline for prospective bidders interested in the federal grant funding.
    The Western Federal Lands Highway Division is announcing a solicitation for the Vagt Lake Trailhead project located on the Kenai Peninsula Borough, Alaska, under Solicitation No. 69056724B000024. The project entails excavation, grading, vault toilet installation, and concrete work for ADA-compliant parking and walkways, alongside sign installation. An optional material source known as the Milepost 35 Pit is also available for unclassified borrow and aggregate, which the contractor can utilize without charge, provided they conduct necessary clearing and crushing. Prospective bidders are encouraged to assess project conditions during fall 2024, as winter weather may restrict access. Technical inquiries should be directed via email, and general questions can be addressed through provided contact details. Full solicitation documents will be accessible in winter 2024/2025, with updates available on the SAM website. This notice serves to inform contractors about the upcoming bidding opportunity and the requirements for project participation.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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 FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    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.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    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.
    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.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    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.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.