NV FLAP 400(1), Logandale Trails Access Road
ID: 6982AF24B000020Type: 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)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NV FLAP 400(1) Logandale Trails Access Road project in Clark County, Nevada. This project involves the construction of approximately 3 miles of roadway, including grading, widening, asphalt paving, and drainage improvements, aimed at enhancing access to the Logandale Trails trailhead. The initiative is part of federal efforts to improve infrastructure and accessibility to recreational areas while ensuring compliance with safety and environmental standards. Bids are due by September 19, 2024, at 2:00 p.m. local time, with an estimated project cost ranging from $10 million to $20 million. Interested contractors can contact cflacquisitions@dot.gov for further information.

    Point(s) of Contact
    cflacquisitions@dot.gov
    cflacquisitions@dot.gov
    Files
    Title
    Posted
    The U.S. Department of Transportation is soliciting bids for the Logandale Trails Access Road project (Solicitation Number: 6982AF24B000020) in Clark County, Nevada. This project involves grading, widening, asphalt paving, and drainage improvements over a length of approximately 2.95 miles. Bids are due by 2:00 p.m. on September 19, 2024, and must be submitted in printed form, as electronic submissions are not accepted. Key requirements include submission of the SF-1442 form, evidence of SAM registration, completed Authority to Bind certificates, and adherence to the Buy American Act. Bidders must provide bid guarantees and comply with specific regulations such as the FAR clauses and Construction Wage Rate Requirements. The contract will be awarded based on a fixed price, and special considerations for small businesses are highlighted, including a price evaluation preference for HUBZone small business concerns. Bidders are encouraged to establish partnering relationships to ensure project success and adherence to contract goals. The project reflects the federal commitment to improving infrastructure while providing opportunities for small and disadvantaged businesses. Compliance with various regulations, submission requirements, and project specifications are fundamental throughout this designation.
    This document is an amendment to solicitation number 6982AF24B000020 issued by the Federal Highway Administration, Central Federal Lands Highway Division, concerning a roadway construction project. It outlines required procedures for acknowledgment of receipt of the amendment by potential contractors before the submission deadline, noting that failure to do so may lead to bid rejection. The amendment includes changes to the solicitation documentation and extends the offer submission deadline to September 19, 2024, at 2:00 p.m. local time. Contractors must submit their sealed bids to the designated address and may include modifications through electronic communication, provided references to the solicitation and amendment are clear. The document also specifies that performance bonds must be provided by the contractor within ten calendar days post-award. Furthermore, it details the work requirements and necessary adherence to construction regulations, labor wage rates, and specifications integral to federal highway projects. This amendment serves to clarify conditions and requirements essential for contractors participating in the federal bidding process, emphasizing compliance and adherence to revised timelines and procedures.
    The Logandale Trails Access Road NV FLAP 400(1) project in Clark County, NV, involves hydrologic and hydraulic analyses to enhance the road’s safety and functionality, addressing thirteen low water crossing locations. Concrete low water crossings are recommended at three sites, using a 25-year flood standard for design, alongside asphalt paving for informal crossings requiring minimal protection. Improved drainage will be achieved through one culvert crossing at station 50+80, designed to accommodate sediment loads. The project requires additional safety features, including road widening, guardrails, and signage, to meet federal highway standards. Key hydrologic evaluations utilized regression equations and rational methods to estimate peak flows for various return periods, concluding with specific recommendations for the road improvements. The report underscores the importance of proper drainage measures in mitigating flood risks, ensuring road safety while fostering compliance with federal guidelines for infrastructure projects.
    The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14), issued by the U.S. Department of Transportation, outlines regulations and guidelines for contractors involved in federal highway projects. The document serves as a binding component of contracts, asserting that adherence to these specifications is mandatory. It incorporates measurements in both U.S. customary and metric units, ensuring uniformity across diverse projects. Key sections include general requirements, bid processes, construction methods, materials specifications, and project requirements. Specific divisions cover areas such as earthwork, asphalt pavements, bridge construction, and incidental work, detailing necessary practices for safety and environmental protection. Additionally, it establishes criteria for bid preparation, contract execution, project scope, and quality control, emphasizing the collaboration between the contractor and the government. The document reflects the government's commitment to implementing standardized procedures for highway construction, facilitating efficiency, safety, and compliance with federal regulations. Overall, it's a comprehensive resource aimed at ensuring successful project execution while maintaining public safety and regulatory adherence.
    The document serves as an updated solicitation notice, highlighting a list of interested vendors for a federal government contracting opportunity. It provides the latest updates on solicitations, spanning from August to September 2024, with a chronological record of updates. The vendor list includes seven companies, each with essential contact details, such as names, Unique Entity IDs (SAM), CAGE codes, and addresses. Notable vendors listed include Hooker Creek Inc., QC Testing Inc., AE West LLC, and others, along with their representatives' contact information. This solicitation is part of the government’s effort to engage various contractors for upcoming services or projects, showcasing the ongoing procurement processes. The document emphasizes the need for compliance with federal protocols, including concerns about the protection of controlled unclassified information. Overall, the text outlines the landscape of vendors relevant to the contracting opportunity while ensuring adherence to regulations and proper communication channels within federal acquisition processes.
    The Technical Memorandum details evaluations and recommendations for reconstructing the Logandale Trails Access Road in Clark County, Nevada. This project aims to enhance visitor access to recreational facilities, with approximately 3.38 miles of roadway improvements including new pavement, drainage enhancements, and safety features such as guardrails and low water crossings. The area features diverse geology and is subject to seismic activity, necessitating thorough geotechnical analysis. Potential geologic hazards, such as flooding and erosion from high salt concentrations and gypsum deposits, have been identified, alongside risks from earthquakes and soil instability. Specific sites along the road were inspected for slope stability and erosion, with recommendations for construction practices including slope ratios for cut and fill operations and ditch width for improved drainage. The memorandum emphasizes that while no subsurface explorations were conducted for this scope, findings are based on reconnaissance visits and previous investigations. Recommendations include adjusting construction methods to manage the unique geological conditions effectively, ensuring roadway safety and durability, and addressing environmental concerns. The report serves as crucial guidance for federal and local stakeholders in maintaining safe access roads in this ecologically sensitive area.
    The document centers on the "Logandale Trails Access Road" project under federal RFP NV FLAP 400(1), orchestrated by the U.S. Department of Transportation and Federal Highway Administration. It details engineering specifications for the roadway, which will include minor grading, widening, asphalt paving, and drainage improvements. A series of cross-section sheets are outlined, providing precise measurements and elevation grades crucial for construction. Key aspects include intentional omissions of certain sections, adherence to specified construction standards, and a commitment to ensure minimal environmental disruption. The overarching purpose of the project aligns with federal efforts to improve accessibility to federal lands while maintaining rigorous safety and quality standards in construction processes. The document serves as a key reference for contractors and project managers, ensuring clarity in the project's technical requirements and compliance expectations.
    The Logandale Trails Access Road project, identified as NV FLAP 400(1), aims to enhance roadway infrastructure under the jurisdiction of the Central Federal Lands Highway Division, part of the Federal Highway Administration. The detailed planning document outlines essential symbols, standard practices for project execution, and lists various components needed for successful completion, such as drainage systems and traffic control elements. The documentation includes specifications for grading, surfacing, and drainage summaries, which detail required quantities of materials and equipment essential for the construction process. Key items include road excavation, riprap installations, and concrete pavement, critical for ensuring road stability and functionality. The typical section designs provide a framework for the road structure, indicating precise dimensions and materials to be used. Additionally, the document emphasizes the significance of erosion control measures and environmental considerations in compliance with federal and state regulations. Overall, the project seeks to improve access while adhering to safety protocols and construction best practices, demonstrating a commitment to modernization and infrastructure development.
    The Logandale Trails Access Road project aims to pave a 3.25-mile gravel road in southern Nevada, enhancing access to the Logandale Trails trailhead. The report outlines existing road conditions, climate data, and soil investigations, emphasizing the need for pavement recommendations and materials selection based on geotechnical analysis. The region experiences minimal precipitation and features various soil types that require careful assessment to mitigate issues such as salt heave. Key recommendations include the use of asphalt concrete and crushed aggregate base layers to ensure durability over a projected 20-year lifespan, with meticulous design inputs to accommodate estimated traffic volume and vehicle classifications. Materials specifications include a PG 76-22NV asphalt binder and corrugated steel pipes with protective measures against corrosive soil conditions. The report serves as a comprehensive guide for the project's construction, ensuring compliance with federal guidelines and addressing potential environmental impacts, ultimately supporting enhanced public access to recreational areas while maintaining structural integrity.
    The document outlines a series of questions and answers regarding the advertisement for the NV FLAP 400(1) Logandale Trails Access Road project. Key concerns raised include the need for larger plan documents for readability, pre-bid permit procurement issues, and requirements for final stabilization of the project site due to environmental regulations from permitting agencies. Specific queries address details about payment for environmental surveys and construction safety hazards, with recommendations for a complete road closure during certain phases of work. The responses indicate that bidders should follow plans as specified, while permitting and stabilization processes will be managed in line with existing standards. This document reflects the complexities involved in federal and state RFPs, emphasizing the necessity for clarity in project specifications, contractor obligations, and environmental compliance measures to ensure successful bidding and project execution.
    The document addresses queries related to the NV FLAP 400(1) Logandale Trails Access Road project, reflecting contractor concerns during the bidding process. Key points include requests for changes to bid documents, clarifications on construction methodologies, and issues regarding permitting and site safety. Contractors emphasize the necessity for complete permit access prior to bidding and highlight potential construction hazards that could render the access road unsafe during the project. There are also discussions about final stabilization requirements mandated by the Nevada Department of Environmental Protection (NDEP), with specific requests for inclusion in bidding items. Payment mechanisms for specific tasks such as bird surveys and tortoise protections are queried, along with clarification on bid item quantities related to asphalt work. Furthermore, the document delineates Disadvantaged Business Enterprise (DBE) goals within the solicitation framework. The responses mostly reinforce adherence to the original plans, with guidance provided on specific procedures and requirements. This document serves to streamline communication between the contractors and the project administrators, ensuring clarity on project expectations and requirements as part of federal RFP protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UT FLAP SLA 10(1) Mill Creek Canyon Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Mill Creek Canyon Road project in Utah, designated as UT FLAP SLA 10(1). The project aims to enhance safety and access to recreational areas within the Uinta-Wasatch-Cache National Forest by reconstructing and widening approximately 4.5 miles of Mill Creek Canyon Road, along with improving parking and trailhead facilities. This initiative is crucial for preserving natural resources while providing better access to outdoor recreational opportunities in the region. Interested parties should note that the estimated project cost ranges from $20 million to $30 million, with a pre-bid site visit scheduled for October 8, 2024, and contract award anticipated in October 2024. For further inquiries, contact Kelly Palmer at cflacquisitions@dot.gov or Leslie Karsten at CflContracts@dot.gov.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The MT FLAP VALLEY 20(1) project is a substantial federal contract opportunity, seeking a contractor to undertake extensive roadway improvements on Duck Creek Road in Valley County, Montana. The primary goal is to enhance the safety and functionality of this 4.85-mile stretch of road, approximately 16 miles southeast of Glasgow, Montana. This project involves a comprehensive scope of work, encompassing asphalt and aggregate surfacing, drainage enhancements, and extensive earthwork, including clearing, grubbing, and excavation. The contractor will undertake roadway reconditioning, stabilization, and asphalt work, alongside culvert and drain installations. Traffic control measures, construction surveying, and quality assurance are also part of the requirements. With an estimated price range of $2 to $5 million, the project is tentatively scheduled for solicitation in the summer of 2024 and aims to be completed by fall 2025. The federal highway administration is seeking a capable contractor to deliver these vital improvements, ensuring a high standard of workmanship and compliance with specified quantities and standards. Interested parties should keep watch on the System for Award Management (SAM) website, as highlighted in the QA07-30-2024.pdf file, to access the full details of this upcoming opportunity. The files associated with this project emphasize the significance of the roadway upgrades and provide a thorough overview of the work segments, while also guiding prospective bidders on the necessary steps to stay informed and eventually apply. Eligible bidders are advised to closely monitor the SAM website for the release of further details, as this contract opportunity is expected to be solicited as full and open. According to the provided information, there are no specific eligibility criteria or certifications required, but experience in highway construction and earthwork projects would likely be advantageous. For any clarifications or further information, interested parties can contact the primary contact point: Contracts G. Office, wfl.contracts@dot.gov, 3606197520.
    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.
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction of the Salt Creek Interpretive Trail in Death Valley, California, following extensive damage from flash flooding. The project entails replacing a 2,871-foot-long raised timber boardwalk, reconstructing a parking lot, and repairing a 400-foot section of roadway, all while adhering to strict environmental constraints due to the sensitive nature of the surrounding areas. This initiative is crucial for restoring public access to the trail while ensuring compliance with federal regulations and environmental standards. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, with an estimated project value between $5 million and $10 million; for inquiries, contact Kelly Palmer at cflcontracts@dot.gov.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP Douglas 251(1) project, which involves access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails a firm-fixed-price construction contract focused on earthwork, aggregate, drainage, surfacing, precast concrete block walls, and guardrail installation over a total length of 1.3 miles, including the relocation of an Off-Highway Vehicle (OHV) route. This initiative is crucial for enhancing access and safety within the recreation area, with an estimated project cost ranging from $2 million to $5 million. Interested parties must respond to the sources sought notice by submitting the required MS Form by September 26, 2024, at 1400 PT, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP UMATILL 582(1), Mill Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP UMATILL 582(1) project, which involves road improvements on Mill Creek Road in Umatilla County, Oregon. The project encompasses approximately 2.91 miles of work, including chip sealing, grading with crushed aggregate, and the repair of soldier pile walls, along with necessary traffic control and erosion management measures. This construction initiative is critical for enhancing local infrastructure and ensuring safety for road users. The contract, estimated to be valued between $2 million and $5 million, is anticipated to be solicited in Fall 2024, with a completion target set for Fall 2025. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    TX FLAP FM 709(1) – Access to Navarro Mills Lake
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the TX FLAP FM 709(1) project, which involves the rehabilitation of 3.8 miles of FM 709 to improve access to Navarro Mills Lake in Dawson, Texas. The project includes full depth reclamation, shoulder widening, and the installation of safety features such as guardrails and drainage structures, with a focus on enhancing roadway safety and functionality. This construction initiative is crucial for maintaining vital access to local recreational areas and ensuring safe travel for residents and visitors. Interested parties should note that the anticipated cost range for this project is between $5,000,000 and $10,000,000, with advertising scheduled for September 2024 and construction expected to commence in November 2024. For further inquiries, contact Stephanie Navarro at CFLAcquisitions@dot.gov or Jorey Deml at cflacquisitions@dot.gov.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico. This initiative involves essential pavement preservation work, including crack sealing, patching, chip seal application, micro-surfacing treatments, and pavement marking over a total length of 33.49 miles, targeting various National Park Service sites and surrounding counties. The project is part of a federal effort to maintain and enhance infrastructure within national parks, ensuring visitor safety and preserving cultural heritage. The estimated contract value ranges between $5 million and $10 million, with a tentative completion date set for Winter 2025. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or call 360-619-7520 for further information.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    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 FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.