OK FW SQH T501(1) Rehab Riverbank & Sandtown Wood Trail
ID: 6982AF25B000021Type: 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 Rehab Riverbank & Sandtown Woods Trail project (Project Number: OK FW SQH T501(1)) located in the Sequoyah National Wildlife Refuge in Oklahoma. The project aims to enhance visitor access and experience by repairing approximately 1,150 linear feet of riverbank and reconstructing about 500 linear feet of a 6-foot-wide asphalt trail, which were damaged during the 2019 flooding event. This rehabilitation effort is crucial for maintaining the integrity of the trail and ensuring safe access for visitors to the refuge, which is situated at the confluence of the Arkansas and Canadian Rivers. Interested contractors should note that the estimated cost for this project ranges from $700,000 to $2,000,000, with bids due by November 21, 2025, at 2:00 p.m. local time. For further inquiries, potential bidders can contact Laura Slauter at cflacquisitions@dot.gov or Jorey Deml at cflcontracts@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Horizontal Alignment Review Report details the geometric characteristics of the 'BL' alignment for the '2D Design SurvFt' project, created on June 25, 2024. The report, spanning four pages, provides comprehensive data on linear and circular elements, including stationing, northing, easting, tangential directions, lengths, radii, and delta angles. Key elements like Horizontal Point of Intersection (HPI), Point of Curvature (PC), Point of Tangency (PT), and Compound Curve (PCC) are precisely documented with their coordinates. The alignment progresses through various linear segments and curves, with details on radii, lengths, tangents, and chord properties. All measurements are in feet, as specified. This technical document is crucial for engineering review and design validation within federal government projects.
    The Federal Highway Administration is soliciting bids for the Rehab Riverbank & Sandtown Woods Trail project in Sequoyah National Wildlife Refuge, Oklahoma, under Solicitation Number 6982AF25B000021. This total small business set-aside project, estimated between $700,000 and $2,000,000, involves 0.22 miles of trail reconstruction and riverbank rehabilitation. Bids, due November 19, 2025, by 2:00 p.m. local time, must be submitted in print and include specific forms and an original bid bond for 20% of the bid price or $3,000,000, whichever is less. Electronic bids are not accepted. The project is governed by Federal Acquisition Regulations, agency supplements, and FP-14 specifications. Bidders must be registered in SAM and are encouraged to participate in formal partnering. Technical questions are due by November 13, 2025.
    This government solicitation, Amendment Number A001 to Solicitation Number 6982AF25B000021, outlines requirements for a roadway construction project by the Federal Highway Administration. It amends the original solicitation by replacing specific pages and extends the deadline for offers to November 18, 2025, at 2:30 p.m. local time. Key provisions include a firm-fixed-price contract, mandatory performance and payment bonds within 10 days of award, and a liquidated damages clause of $3,300.00 per day for delays. The document emphasizes compliance with various federal regulations, including Buy American, Biobased Products, and Sustainable Products and Services. It also details procedures for electronic payment requests through the DELPHI system and post-award contractor performance evaluations using CPARS.
    This government file details an amendment to a solicitation (Amendment A002) for a road construction project (IFB - Remove and replace page A-1). The amendment, dated 11/18/2025, changes the original solicitation number 6982AF25B000021, issued by the Federal Highway Administration, Central Federal Lands Highway Division. Key updates include a revision to page A-1 of the solicitation and an extension of the offer due date and time to 2:30 p.m. local time on 11/20/25. Offerors must acknowledge receipt of this amendment by returning updated forms or submitting a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of their offer. The project involves roadway construction in accordance with federal regulations, specific contract requirements, and standard specifications for federal highway projects. The contractor is required to begin performance within 10 calendar days of receiving the award notice and must furnish performance and payment bonds within 10 calendar days if required.
    This document is Amendment A003 to Solicitation Number 6982AF25B00021, an Invitation for Bid (IFB) issued by the Federal Highway Administration, Central Federal Lands Highway Division. The amendment modifies the original solicitation by replacing pages A-1 and A-3. Key details include instructions for acknowledging receipt of the amendment, emphasizing that failure to do so may result in rejection of the offer. The solicitation is for a roadway construction project, requiring adherence to federal regulations, specific wage rates, and various technical specifications. Offers are due by 2:00 p.m. local time on November 21, 2025, and the project has an estimated price range of $700,000 to $2,000,000. Performance and payment bonds are required, and the contractor must begin work within 10 calendar days of receiving the notice to proceed. The document specifies contact information for general and technical inquiries, and clarifies requirements for bid guarantees and invoice submission.
    The Bid Opening Summary for Project Number REHAB RIVERBANK & SANDTOWN WOODS TR (OK FW SQH T501(1)) took place on November 21, 2025, at 2:00 p.m. MST in Lakewood, CO. Jorey Deml served as the Bid Opening Officer. One amendment was issued on October 30, 2025. Seven bidders submitted proposals, with Yorkshire Industries submitting the lowest bid at $586,415.00, significantly below the Engineer's Estimate of $1,545,000.00. The highest bid was from McKenzie Construction at $2,125,034.05. All bids are subject to verification.
    This memorandum details pavement and material recommendations for the OK FW SQH T501(1) Rehab Riverbank & Sandtown Woods Trail project in the Sequoyah National Wildlife Refuge, Oklahoma. The project, located southeast of Tulsa, involves rehabilitating approximately 1,150 linear feet of riverbank and reconstructing about 500 linear feet of 6-foot-wide asphalt trail. These repairs will tie into a previous project and address damage from a 2019 flooding event. A subsurface investigation conducted in September 2020 by CFLHD geotechnical personnel, documented in Geotechnical Report No. OK-RE-T500-21-01, informed the design. Recommended structural sections include a 3-inch roadway aggregate (Method 2) and a 3-inch asphalt concrete pavement (Type 1), matching the previous ERFO design. Estimated quantities include 25 cubic yards of subexcavation, 48 tons of roadway aggregate, and 49 tons of asphalt concrete pavement. Construction will adhere to CFLHD standard specifications FP-14 and related special contract provisions.
    The Final Hydraulics Report for the Rehab Riverbank and Sandtown Woods Trail (OK FW SQH T501(1)) details proposed improvements to approximately 1,600 feet of the Arkansas riverbank and the Sandtown Woods Trail within the Sequoyah National Wildlife Refuge. The project, initiated due to 2019 flood damage, aims to repair and protect the existing trail and maintain visitor access. Key recommendations include grading for positive drainage and installing Class 5 riprap stabilization with a geotextile filter. The report confirms no wetlands or cultural resources will be affected, and the project is considered a maintenance activity with negligible floodplain impact. The design adheres to Federal Highway Administration, US Army Corps of Engineers, and Oklahoma Department of Transportation guidelines.
    The document details the "Rehab Riverbank & Sandtown Woods Tr" project (OK FW SQH T501(1)), overseen by the Central Federal Lands Highway Division of the U.S. Department of Transportation. This project involves the rehabilitation of a 6.0-mile section of the Sandtown Woods Trail in Oklahoma, specifically from Station 100+56.39 to 112+00.00. Key components include riverbank stabilization through the installation of Class 5 and Class 7 riprap, often tying into existing riprap from a 2022 ERFO project. The trail rehabilitation involves removing existing asphalt, installing new 3-inch asphalt concrete pavement, and applying a 3-inch roadway aggregate base. The project also specifies clearing, grubbing, topsoil application, seeding, and mulching within the construction limits. Erosion and sediment control measures, such as fiber rolls, silt fences, and check dams, are detailed. Existing structures like observation decks, asphalt trails, and trees are to be protected in place. The document includes detailed plans, typical sections for trail and riprap installation, subexcavation details, and cross-sections illustrating existing and proposed grades, ordinary high water marks, and riprap placement along the riverbank.
    This geotechnical report details the findings and recommendations for the Horton Slough Trail project in Sequoyah National Wildlife Refuge, Oklahoma. The project involves replacing a pedestrian bridge and rehabilitating two observation decks damaged by 2019 flooding. The study, conducted in September 2020, included subsurface investigations, laboratory testing, and geotechnical analysis. It addresses regional and site geology, seismicity, and potential geologic hazards like flooding and erosion. Key recommendations include using helical piles for foundations due to scour potential and difficult site access, with specific design parameters for axial and lateral resistance. Construction considerations highlight challenges posed by site access, granular soils, and a shallow water table, emphasizing the need for a detailed helical pile construction plan.
    The document,
    This government file, titled "Questions and Answers during Advertisement for OK FW SQH T501(1) Rehab Riverbank & Sandtown Wood Trail," addresses various inquiries related to a rehabilitation project. Key questions and answers cover technical document access (CFL Riverbank & Sandtown file format), project timelines (referencing A-3 for estimated NTP date), tax exemption status (citing FAR 52.229-3 and state-specific information), and the possibility of dual-hatted supervisory roles (referencing 156.09 Traffic Control Supervisor). The document also clarifies requirements for on-site versus off-site field laboratories, the contractor's responsibility for biologist costs, the absence of known hawk, owl, or eagle nests in the project area, and insurance requirements (referencing Special Contract Requirements, FP-14 Section 107, and FAR 52.228-5). This Q&A serves to provide clarifications and guidance to potential contractors for the Riverbank & Sandtown Wood Trail rehabilitation project.
    Similar Opportunities
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    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.
    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.
    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.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    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 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.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project, which is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), involves significant road improvements over a span of 1.62 miles, including grading, drainage, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the MATOC, and all proposals must adhere to federal specifications and be submitted electronically by the specified deadline. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further inquiries.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    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.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    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.
    WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking bids for the WA ERFO FS OLYMP609 2022-1(1) project, which involves emergency repairs to federal roads in the Olympic National Forest, Washington. The project aims to restore damaged road sections along Forest Roads 2900 and 2922, primarily due to severe weather events, and includes specific requirements for construction materials and methods, such as the prohibition of aluminized steel pipe and metal headwall systems. This initiative is crucial for maintaining access and safety in federally owned lands, ensuring compliance with environmental standards and engineering specifications. Interested small businesses must submit their bids by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.