MT DAR MALM 2025(1), Defense Access Roads FY 2025
ID: 69056725B000007Type: 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 bids for the construction of the Defense Access Roads project, designated MT DAR MALM 2025(1), located in Fergus County, Montana. This project encompasses approximately 143.38 miles of roadway improvements and includes multiple bid schedules, with a preference for HUBZone contractors. The construction is critical for enhancing infrastructure that supports military and defense operations, ensuring compliance with federal standards and regulations throughout the bidding process. Interested contractors must submit their bids in printed format by the specified deadlines, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation for the "MT DAR MALM 2025(1)" pertaining to the Defense Access Roads program for FY 2025, with an effective date of June 5, 2025. It is issued by the Federal Highway Administration of the Department of Transportation. This amendment clarifies that the existing solicitation and its terms remain unchanged, aside from the modifications outlined in the document. Key adjustments include revisions to the special contract requirements concerning "Imported Surface Course Aggregate." Notable specifications include prohibitions against materials that degrade under freezing and thawing cycles, and clear gradation and durability requirements for aggregate. Standards set forth include specifications for composition, testing methods, and limits on various physical properties, such as the Los Angeles abrasion and sodium sulfate soundness loss. Overall, this document ensures compliance and maintains quality standards for materials used in defense-access road projects, which are critical for infrastructure supporting military and defense operations.
    The document presents a comprehensive tabulation of bids for the federal project "Defense Access Roads FY 2025," which was undertaken by the Federal Highway Administration's Western Federal Lands division in Fergus County, Montana. The solicitation sought bids from various contractors on alternate schedules (A through D) for construction services, including mobilization, construction surveying, and roadway improvements. Four contractors—KH Civil Contractors, Inc., McKenzie Construction and Site Development, LLC, Shumaker Trucking & Excavating Contractors, Inc., and Century Companies, Inc.—submitted offers for each schedule. Ultimately, KH Civil Contractors, Inc. was selected for Schedule D with a bid of $8,203,595.31, while McKenzie Construction secured the lowest bid at $3,530,163.19 for Schedule A. The document contains detailed pricing for various construction services, which includes unit costs and estimated amounts for each item listed, alongside an engineer's estimate for comparison. This bid tabulation serves to ensure transparency in the contractor selection process and illustrates federal oversight in managing public works projects under the RFP framework.
    The document outlines the bid opening summary for Solicitation No. 69056725B000007 regarding the Defense Access Roads FY 2025 project, MT DAR MALM 2025(1). The bid opening took place on June 11, 2025, at 2:00 p.m. Four contractors submitted bids, with Century Companies, Inc. presenting the highest bid at $4,661,390.00, while McKenzie Construction submitted the lowest bid at $3,530,163.19. The bids were evaluated against the engineer’s estimate of $3,143,842.50. Attendance included five in-person participants and 11 virtual attendees via TEAMS, indicating engagement from both local and remote stakeholders. Marino Chea served as the bid opening officer, with Rebekah Webb as the assistant. This document is part of the federal request for proposals process, showcasing transparency and competitive bidding for government contracts.
    The document outlines a log of grizzly bear sightings related to the Defense Access Roads project for Fiscal Year 2025. It details the date, time, and location of each sighting, including specific routes and counties. The log captures bear activity outcomes, indicating whether bears lingered near roadways or water sources, and records who reported the sightings and when. Moreover, it notes whether any sighting represented a nuisance that necessitated contact with the Montana Fish, Wildlife & Parks (FWP) bear specialist. This log serves as a crucial tool for managing wildlife interactions in project areas, facilitating safety protocols for both wildlife and road users, aligning with governmental efforts to balance infrastructure development and environmental conservation. Overall, the document emphasizes the importance of monitoring grizzly bear movements to minimize human-wildlife conflicts and ensure the success of transportation projects.
    The document serves as an Invitation for Bids (IFB) for the construction of Defense Access Roads under solicitation number 69056725B000007, issued by the U.S. Department of Transportation, Federal Highway Administration. The project, designated MT DAR MALM 2025(1), encompasses various construction tasks located in Fergus County, Montana, with a total mileage of approximately 143.38 miles across multiple schedules (A-E). The IFB specifies requirements such as bid submissions in printed format—electronic submissions are not accepted—and includes a comprehensive checklist to assist bidders in preparing their proposals correctly. Key elements of the document include the bid opening dates, submission guidelines, and a list of contract clauses, including compliance with federal acquisition regulations and required forms. Additionally, the document outlines the importance of adhering to subcontracting plans, especially for large businesses, involving goals for veteran-owned and small businesses, thereby aligning with federal priorities. Furthermore, it references the potential impacts of recent Executive Orders under the Trump administration, particularly affecting federal acquisition practices. Overall, the document emphasizes adherence to established guidelines, the importance of compliance, and ensures that all contractors are aware of their responsibilities in the bidding process and contract execution.
    The document appears to be a digitally signed acknowledgement by Brent L. Coe, likely related to a government project or initiative. While the content is limited and does not provide specific information regarding federal RFPs, grants, or state and local RFPs, it signifies a formal recognition or approval process. Such a document typically denotes an important step in compliance and procedural adherence within government operations. The digital signature implies the use of secure electronic methods for validating documents, which reflects ongoing modernization in government communications. Overall, it underscores the importance of formal approvals within the federal grant and bidding processes, even if the specific context or details of a project are not included in the file.
    The MT DAR MALM 2025 project at Malmstrom Air Force Base in Fergus County, Montana, seeks contractors for roadway reconditioning and associated improvements. The project is divided into five bid schedules with varying lengths, offering a total of 12.85 to 48.90 miles of roadway work. Only one schedule will be awarded, with an estimated completion date set for Fall 2026. The total estimated project cost ranges from $5 million to $10 million. Key construction requirements include surveying, quality control, soil erosion and sediment control, culvert installation, and temporary traffic control. The project also mandates the use of various materials such as crushed aggregate, riprap, and topsoil. Detailed specifications for each schedule outline necessary labor, drainage improvements, and roadway aggregate requirements. The document underscores the government's commitment to enhancing infrastructure accessibility as part of defense access road initiatives, ensuring compliance with safety and quality standards throughout the construction process. This project reflects strategic investment in military facilities and local infrastructure, ultimately aiming to improve operational capabilities.
    The document outlines the Defense Access Roads project for FY 2025, identified as Project No. MT DAR MALM 2025(1). It explicitly states that the requirements of Section 637 of the FP-24, specifically regarding office trailers and vehicles, do not apply to this solicitation. The clarification on these requirements is vital for understanding the project's scope and compliance expectations. The underlying purpose of the document is to address a general technical question related to the project, ensuring that bidders are informed about applicable guidelines and requirements relevant to the Defense Access Roads initiative. This adherence to regulatory clarity is fundamental in the context of federal RFPs, which seek to ensure transparency and compliance within government-funded projects.
    The document pertains to the MT Defense Access Roads FY 2025 project, specifically addressing inquiries related to the Request for Proposal (RFP). It clarifies that the requirements of Section 637 of the FP-24 do not apply to this solicitation, and no government-supplied material sources are available—as indicated in Section 105 of the bid documents. Bidders are encouraged to source aggregates independently in accordance with the specifications provided. The document consists of a Q&A format, detailing two primary queries submitted by potential bidders, along with official responses from the government. The project underscores the importance of compliance with the outlined technical requirements and encourages bidders to adhere strictly to the solicitation documents for their proposals.
    The document pertains to the Defense Access Roads project for Fiscal Year 2025, specifically Project No. MT DAR MALM 2025(1). It addresses various technical questions raised by bidders regarding project requirements, material sourcing, and procedural clarifications. Key inquiries included the applicability of Section 637 of FP-24, sourcing of aggregate quantities, and stipulations on personnel roles. The document clarifies that no government sources for materials like aggregate or water will be provided, and emphasizes compliance with outlined sections of the Invitation for Bids (IFB) for phasing, traffic control, and construction intervals. Additionally, it outlines that site visits are not government-arranged, bidders should refer to specific sections for clarifications on drainage structures, and emphasizes the importance of adhering to provided guidelines. Overall, the responses are meant to guide contractors in preparing their bids while ensuring compliance with project standards and requirements.
    Lifecycle
    Similar Opportunities
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Transportation, Department Of
    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 involves significant road enhancements over a 1.62-mile stretch, including grading, drainage improvements, 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 Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), emphasizing the importance of compliance with federal specifications and environmental regulations. Interested contractors must submit their proposals electronically 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.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    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. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    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.
    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.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is preparing to solicit bids for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. This project aims to enhance access to the Bighorn National Forest and Bureau of Land Management lands by rehabilitating, widening, and realigning approximately 2.6 miles of Red Grade Road, addressing substandard roadway conditions and safety issues. The anticipated construction is scheduled to commence in May 2026 and conclude by November 2027, with an estimated project cost ranging from $10 million to $20 million. Interested contractors are encouraged to inspect the site and may contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    MOTCO Rail Curves Package 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Sacramento District Office, is seeking bids for the MOTCO Rail Curves Package 2 project, which involves various construction tasks related to rail curve repairs and relocations. The project includes mobilization, demobilization, and the repair and replacement of multiple rail curves, as well as demolition and UXO-related work. This procurement is critical for maintaining and enhancing rail infrastructure, ensuring safety and operational efficiency. Interested contractors can reach out to Jessica Padilla at jessica.padilla@usace.army.mil or Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil for further details, with bids due by December 15, 2025.