ID BOUNDARY 5806(3)B, Riverside Road Improvements B
ID: 69056725R000018Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment A001 to Solicitation No. 69056725R000018 for the "ID BOUNDARY 5806(3)B, Riverside Road Improvements B" project, issued by the Federal Highway Administration, revises various Special Contract Requirements. Key changes include adding Section 602 for "CULVERTS AND DRAINS," updating physical data files, and modifying sections related to specifications, drawings, and load restrictions. The amendment also details changes for incidental construction, such as fences, gates, rental equipment, general labor, turf establishment, and temporary and permanent traffic control. The closing date for offers is not extended, and bidders must acknowledge the amendment. This document outlines critical updates for contractors, ensuring adherence to revised project requirements and construction standards.
    The 100% Design Final Geotechnical Engineering Report details improvements for the 4.5-mile Riverside Road in Boundary County, Idaho, focusing on five sections: Refuge at Headquarters, Refuge at Grade, Deep Creek Levee, Kootenai River Levee, and Ambush Rock. The project includes road widening, rock excavation, grade lowering, and realignment. Geotechnical considerations address stabilizing soft soils, mitigating frost susceptibility, and managing rock cut stability. Specific recommendations involve subexcavation and replacement with granular materials, utilizing geotextiles for reinforcement, and implementing mechanically stabilized earth systems at bridge approaches. The report emphasizes the use of non-frost susceptible fill, proper drainage, and careful construction techniques to ensure long-term pavement performance and slope stability, acknowledging a calculated risk regarding frost protection due to project constraints.
    The Hydraulic Design Memorandum details hydrologic and hydraulic analyses for the Riverside Road Improvements Project in Boundary County, Idaho. The project involves replacing three and installing four new cross-road culverts, along with nine new roadside ditch culverts over a 4.5-mile stretch to widen the road for improved traffic safety. DJ&A, P.C. conducted site visits, delineated drainage basins, performed hydrologic and hydraulic analyses, and provided culvert design recommendations. All recommended culverts meet hydraulic capacity requirements. The project also addresses floodplain impacts and includes lowering the Kootenai River Levee, with support from Drainage District #1 and the US Army Corps of Engineers, confirming no adverse impact on flood protection.
    This document is a "Baseline Alignment - Station Offset Report" for "Riverside_Mainline," generated on November 19, 2025. The report details a series of station points, their offset distances, and radial directions, all measured in feet. It outlines a comprehensive alignment with various point types, including Start, Point on Tangent (POT), Point on Curve (PC), Point on Curve (POC), Point of Tangent (PT), and Point of Reverse Curve (PRC), concluding with an End point. The stations range from 9+76.97 to 95+25.00, providing precise geographical data for the Riverside Road B - Clearing Limits project, indicating the path and clearing boundaries for construction or land management purposes.
    The document is a detailed Station Offset Report for the "Riverside_Mainline Clearing Limits RT" project, generated on November 19, 2025. It meticulously outlines the baseline alignment from station 9+76.97 to 95+25.00, providing offset distances and radial directions in degrees. The report specifies various point types, including Start, Point on Tangent (POT), Point on Curve (PC), Point on Curve (POC), Point of Tangent (PT), and Point of Reverse Curve (PRC). All measurements are in feet, as noted in the report. This type of document is critical for federal, state, and local RFPs, grants, and construction projects, as it provides precise geographical and alignment data essential for planning, design, and execution of infrastructure development, such as road construction or utility installations along the Riverside_Mainline.
    The document outlines various typical road cross-sections and construction details for a project identified as ID BOUNDARY 5806(3)B, with sheets C.1 and C.2 dated September 25, 2024, February 19, 2025, and March 10, 2025. It details specifications for asphalt concrete pavement (Type 1, 4-inch compacted depth in two lifts), aggregate base grading D (12-inch or 18-inch compacted depth), shoulders (5-foot width), and traveled lanes (10-foot width). Subexcavation requirements vary by type and stationing (e.g., Type 1 from 9+76.97 to 30+00, Type 2 from 53+00 to 83+00, Type 3 from 83+00 to 92+00), including depths of 4 feet, 18 inches, and select borrow with geotextile stabilization. The plans also include details for turf establishment limits, construction limits, slope rounding (fill and cut), tack coat application, and specific instructions for existing gravel protection and excavation for box culvert installations.
    This document is a Cross Section Gradebook with Northing/Easting Report, created on Wednesday, November 19, 2025, at 12:41:16 PM. It details various topographical features along the "Riverside_Mainline" alignment at different stations, with all units in feet. The report includes data points for features such as "Slope_Stake_Cut_L/R", "Ditch_Bot_L/R", "EOG_Layer4_Btm_Outside_L/R", "ETW_Layer4_Btm_L/R", and "CL_Layer4_Btm." For each feature, the report provides its offset, elevation, northing, and easting coordinates, as well as the existing ground elevation and slope. The data transitions between areas requiring cut and fill, indicating changes in terrain and construction requirements. This detailed geospatial information is crucial for planning and executing infrastructure projects, likely for road construction or similar civil engineering works, ensuring precise adherence to design specifications.
    The document details the "BOUNDARY 5806(3)" project, which involves transferring Survey Control point lists (in Excel format) to an Excel plan sheet. It outlines the process for inserting common sheet information, handling data location, and managing multiple sheets. Key project details include "Riverside Road Improvements - A," with field work conducted in October-November 2017 and final adjustment in December 2017. The project uses US Survey Foot units, the Idaho West SPCS NAD83 (2011) coordinate system, and orthometric elevations based on NAVD88 GEOID12b. The file also provides a comprehensive list of survey control points with their state plane coordinates (North, East, Elevation), geo-coordinates (Latitude, Longitude), ellipsoid height, combined factor, and description, including various markers like PK & Washer and 5/8" IR W/FHWA Alum Cap, and a 2 1/2" section corner brass cap. Instructions for checking distances between points using the combined factor are also included. The document serves as a technical guide for survey data management and presentation for this specific federal project.
    This government file, likely part of an RFP or grant application, details a "Volumes Report" for a Cross Section Set. The report quantifies various material volumes in cubic feet and cubic yards, primarily focusing on "Fill" and "Pavement Layer 3 (Select Borrow)". It also includes "Subexcavation" and "Exist Topsoil (removed and replaced)" volumes. The document specifies that all units are in feet, square feet, and cubic feet unless otherwise noted. Key figures include a total adjusted volume of 87,989.328 cubic feet (3,258.864 cubic yards) for general "Totals", 461,744.091 cubic feet (17,101.633 cubic yards) for "Pavement Layer 3", and a "Total Fill Needed" of 16,564.998 cubic feet. The report, generated on Monday, January 10, 2025, seems to be a detailed breakdown of earthwork and material requirements for a construction project, providing crucial data for cost estimation and project planning in a government contracting context.
    The document is a
    This report, generated on February 10, 2025, details various volume calculations in feet, square feet, and cubic feet, likely for a construction or excavation project. It includes adjusted volumes, mass ordinates, and cubic yard equivalents for several categories such as "Volumes_Fill," "Pavement Layer 3 (Select Borrow)," "Exist Topsoil (removed and replaced)," and "Subexcavation." Specific sections like "Exist Topsoil (removed)" are noted for stations 83+00 to 92+00. The document provides a breakdown of total volumes for fill, pavement layer 3, and subexcavation, indicating a detailed assessment of material quantities. This type of report is crucial for federal government RFPs, federal grants, and state and local RFPs, as it provides essential data for project planning, cost estimation, and resource allocation in infrastructure and construction projects.
    The provided document is a
    The document provides a detailed "Volumes Report" generated on January 10, 2025, outlining adjusted volumes for cut and fill, and existing topsoil. The report, likely part of a federal or state government RFP or grant for construction or land development projects, quantifies earthwork using various metrics like cubic feet and cubic yards. It specifies totals for "Volumes_Cut" and "Volumes_Fill," along with a "Mass Ordinate" for certain entries, indicating calculations related to material movement or excavation between stations 92+00 and 95+25. All measurements are consistently in feet, square feet, and cubic feet, with a "Grid Factor" also mentioned, suggesting an engineering or surveying context.
    The provided government file, a "Volumes Report" created on January 10, 2025, details various volume measurements likely related to an earthwork or construction project. It includes sections for "Cross Section Set Name," "Alignment Name," and "Input Grid Factor." The report specifies that all units are in feet, square feet, and cubic feet. Key data points include "Adjusted Mass Volume," "Included in Mass Ordinate?" and "Mass Ordinate Totals," alongside "Volumes_Fill" and "Total Volumes_Fill." The document also mentions "Exist Topsoil (removed and replaced)" and "Exist Topsoil (removed)," indicating calculations for topsoil management. The presence of "Center Ditch Parking Lot" suggests specific areas of work. This report's context within government RFPs, federal grants, or state/local RFPs indicates it is likely a technical specification or progress report for a construction or infrastructure development project, focusing on material volumes and earthwork operations.
    The document outlines plans for the "Riverside Road Improvements B" project (ID BOUNDARY 5806(3)B) in Idaho, spanning 1.62 miles. Managed by the Western Federal Lands Highway Division, U.S. Department of Transportation, the project involves grading, subexcavation, base work, drainage, and asphalt paving. Key activities include extensive soil erosion control measures, removal of existing infrastructure like pipe culverts and fencing, significant earthwork with roadway excavation, subexcavation, and the use of various borrow materials. Geotextiles and geogrids will be used for stabilization. The project also details riprap placement, aggregate base grading, asphalt concrete paving, and the installation of new culverts (pipe and box). Traffic control, turf establishment, signage, delineators, and pavement markings are also specified. The plans provide detailed typical sections for different road segments, survey control points, and a comprehensive summary of estimated quantities for all pay items. The project is located near the Kootenai National Wildlife Refuge and Deep Creek, with specific construction details for various sections, including transitions and culvert installations.
    The "Horizontal Alignment Review Report" details the precise geometric design for the "Riverside Road Improvements - B" project. Created on February 3, 2025, the report outlines the alignment "ALI MAIN 01" using linear and circular elements. It provides extensive data, including stationing, Northing and Easting coordinates, tangential directions and lengths, radii, delta angles, degree of curvature, and chord details for numerous segments. The report meticulously documents each curve's characteristics, such as chord direction, middle ordinate, and external values. This comprehensive technical document serves as a critical reference for the horizontal alignment of the road, ensuring accuracy and compliance in the project's execution.
    The "Horizontal Alignment Review Report" details the precise geometric design for the "Riverside Road Improvements - B" project. Created on February 3, 2025, the report outlines the alignment "ALI MAIN 01" using linear and circular elements. It provides extensive data, including stationing, Northing and Easting coordinates, tangential directions and lengths, radii, delta angles, degree of curvature, and chord details for numerous segments. The report meticulously documents each curve's characteristics, such as chord direction, middle ordinate, and external values. This comprehensive technical document serves as a critical reference for the horizontal alignment of the road, ensuring accuracy and compliance in the project's execution.
    The "Vertical Alignment Review Report" for the "Riverside Road Improvements - B" project, created on February 3, 2025, details the vertical alignment specifications for the ALI MAIN 01 horizontal alignment. The report, presented in feet, outlines a series of linear and symmetrical parabolic elements that define the road's profile. It provides critical data such as station, elevation, tangent grades, tangent lengths, VPI (Vertical Point of Intersection) coordinates, VPC (Vertical Point of Curvature) and VPT (Vertical Point of Tangency) stations and elevations, lengths of parabolic curves, entrance and exit grades, and calculated values like 'r' and 'K'. This comprehensive review ensures precise engineering and adherence to design standards for the road improvements project, guiding construction and ensuring proper vertical curvature and grading along the specified horizontal alignment.
    The "Superelevation Data Report" details critical road design specifications for the Riverside Road Improvements - B project. Generated on February 3, 2025, the report outlines superelevation and cross slope data for both left and right lanes across various stations. It specifies design parameters such as a 6% crown and the use of the AASHTO 2018 imperial standards filename. The report provides a comprehensive breakdown of point types and transition types, including Normal Crown, Full Super, Level Crown, Reverse Crown, and Undefined, all employing a Linear transition. This data is essential for ensuring proper road curvature and drainage, contributing to the safety and functionality of the road improvements project. All units are in feet unless otherwise specified.
    This government file from the Federal Highway Administration details the roadway cross-sections for the Riverside Road Improvements project in Boundary County, Idaho, identified as Project ID BOUNDARY 5806(3). The document provides detailed topographical and engineering data for various stations along the road, ranging from 9+76.97 to 32+61.83. Each cross-section includes information on the designed grade, subgrade, original ground elevations, and various slope percentages (e.g., -3.0%, +5.8%, -2.0%) at different points, along with construction easements and right-of-way (R/W) boundaries. The technical drawings, dated between September 29, 2023, and February 19, 2025, are crucial for the planning and execution of the road improvements, ensuring adherence to engineering specifications and safety standards for this federal lands highway project.
    The provided government file, titled "Cross Section Gradebook with Northing/Easting Report," details extensive topographical and elevation data across numerous stations along the "Riverside_Mainline." The report, generated on November 19, 2025, presents precise measurements in feet for various features including EOG_Layer4_Btm_Outside_L, ETW_Layer4_Btm_L, CL_Layer4_Btm, ETW_Layer4_Btm_R, and EOG_Layer4_Btm_Outside_R. For each station, the document records offset, elevation, Northing, Easting, and existing ground levels, along with calculated slopes. The data spans a significant range of stations, from 9+76.97 to 39+50.00, indicating a comprehensive survey of the terrain. The consistent inclusion of Northing and Easting coordinates suggests the data is crucial for precise geographical positioning and mapping, likely for a large-scale infrastructure project such as road construction or railway development. The file's purpose is to provide detailed ground and feature elevations and coordinates, which are essential for engineering, design, and construction planning in government infrastructure projects.
    The provided document, a "Cross Section Gradebook with Northing/Easting Report" for "Riverside_Mainline," details extensive topographical data across various stations from 9+76.97 to 41+00.00. The report specifies features such as EOS_Layer1_Top_L, ETW_Layer1_Top_L, CL_Layer1_Top, ETW_Layer1_Top_R, and EOG_Layer1_Top_Outside_R, providing their offset, elevation, northing, and easting coordinates, as well as existing ground elevations and slopes. All measurements are in feet. The data indicates varying slopes and elevations along the alignment, with a general trend of decreasing elevation along the mainline. The report provides critical baseline data for engineering, construction, and environmental impact assessments within a federal, state, or local government project, likely related to infrastructure development or maintenance.
    This government file is a cross-section gradebook for the "Riverside_Mainline" project, presenting detailed topographic and elevation data from station 9+76.97 to 95+00.00. The report, generated on November 19, 2025, provides features like "EOP_Layer1_Btm_Outside_L" and "ETW_Layer1_Btm_L/R" with corresponding offsets, elevations, Northing and Easting coordinates, existing ground levels, and slopes. The data points, recorded at regular intervals (typically 50.00 units), document the terrain's characteristics along the specified alignment. This technical document is crucial for civil engineering projects, likely for planning, design, or construction within federal, state, or local infrastructure development, ensuring precise elevation and alignment control.
    This government file is a detailed
    The provided document is a Cross Section Gradebook with Northing/Easting Report, detailing geographical and elevation data at various stations along the Riverside_Mainline. The report, created on November 19, 2025, presents specific features (Select Borrow_Bot_L, Select Borrow_Bot, Select Borrow_Bot_R) with their respective offsets, elevations, northings, eastings, and existing ground levels. The data spans stations from 53+50.00 to 83+00.00, with measurements taken approximately every 50 feet. Each entry also includes slope information. The document appears to be a technical record for a construction or engineering project, likely used for planning, monitoring, or assessing ground conditions and design elevations along a defined alignment.
    The Western Federal Lands Highway Division issued a notice to prospective bidders for the ID BOUNDARY 5806(3)B, Riverside Road Improvements B project (Solicitation No. 69056725R000018). This project, located in Boundary County, Idaho, aims to improve access to the Kootenai National Wildlife Refuge and federally-managed lands. The scope includes enhancing safety by improving sight distance on curves, widening the road from 20 to 32 feet, adding shoulders for pedestrians and cyclists, correcting superelevation, and installing two box culverts. Bidders are encouraged to view the project area in the fall due to potential snow access issues after November 1st. Technical questions should be emailed to wfl.plans-spec@dot.gov and general questions to wfl.contracts@dot.gov. A special notice advises that all materials must be certified free from noxious weeds, requiring contractors to arrange for a fall weed inspection. Solicitation documents will be available on SAM.gov during the winter of 2025/2026.
    The ID BOUNDARY 5806 (3)B, Riverside Road Improvements B project in Boundary County, Idaho, is a significant infrastructure undertaking valued between $5 million and $10 million. The project spans 1.62 miles west of Bonners Ferry and involves extensive work including grading, drainage, base construction, subexcavation, culvert installation, and paving. Key components include substantial earthwork (clearing, grubbing, various excavations, and borrow), significant soil erosion and sediment control measures, and the installation of separation-stabilization geotextile and geogrid stabilization. The project also entails aggregate base and roadway aggregate work, asphalt concrete pavement, and incidental construction such as culverts, spillways, fences, and permanent/temporary traffic control. The tentative solicitation is set for Winter 2025/2026, with a completion date in Fall/Winter 2026.
    The Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) is being solicited exclusively to contractors already part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC). Prospective prime contractors not on this existing MATOC list are ineligible to bid. All contract opportunities for Western Federal Lands Highway Division, including future MATOC opportunities, are posted on SAM.gov, which serves as the Governmentwide point of entry (GPE) per FAR 2.101.
    The document addresses contractor inquiries for Project No. ID BOUNDARY 5806(3)B, "Riverside Road Improvements B," clarifying the bidding process and project requirements. It states that prime contractors must be part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and directs interested parties to SAM.gov for future MATOC opportunities. The document reiterates that all contract opportunities are posted on SAM.gov, not local plan centers. Additionally, it confirms that sign panels must be made of steel, as specified in the bid items and specifications, despite a question regarding the use of aluminum panels. The purpose of this document is to provide official responses to common questions from potential bidders, ensuring adherence to federal regulations and project specifications.
    The Federal Highway Administration (FHWA) is soliciting proposals for the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) for the Riverside Road Improvements B project in Boundary County, Idaho. This Request for Proposals (RFP) is exclusively for pre-selected prime contractors under the MATOC IDIQ. The project, with an estimated price range of $5,000,000 to $10,000,000, involves 1.62 miles of road improvements within the Kootenai National Wildlife Refuge. Key requirements include adherence to FP-14 specifications, U.S. Customary units, and submission of electronic bids. Large businesses must submit a subcontracting plan. Important dates and details regarding proposal submission, bid guarantees, and technical questions are provided, along with a notice regarding DOT's forbearance of certain Executive Order enforcements.
    The Stormwater Pollution Prevention Plan (SWPPP) for the Federal Highway Administration's Riverside Road Improvements - B project in Boundary County, Idaho, outlines strategies for managing stormwater during construction from June 1, 2025, to June 30, 2026. This comprehensive plan, adapted from the EPA's SWPPP Template, ensures compliance with IPDES permit requirements. It details contact information for responsible parties, site evaluation, and planning. The project, involving widening Riverside Road and improving parking and culverts, covers 15.8 acres. It addresses discharge information, identifying Deep Creek as the primary receiving water, which is impaired by temperature and sediment and designated as a Tier 2 water. The SWPPP includes a table of contents with 18 tabs covering various aspects like the IPDES Permit, site maps, erosion/sediment control plans, and a hazardous spill plan. It emphasizes compliance with federal requirements, including the Endangered Species Act, and outlines specific erosion and sediment controls, pollution prevention measures, and inspection protocols. The plan also details procedures for minimizing dust, managing stockpiles, and preserving topsoil. The project anticipates authorized non-stormwater discharges such as emergency firefighting activities and water used for vehicle washing and dust control. The Western Federal Lands Highway Division is responsible for the SWPPP's preparation and overall oversight.
    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 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.
    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.
    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.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    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.
    ID FLAP FS SC MULTI(1), Custer Motorway Stabilization Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Custer Motorway Stabilization Project, located approximately 11 miles west of Challis, Idaho. The project involves bank stabilization using rootwads, reinforced soil slope construction, and roadway resurfacing, divided into two bid schedules, with only one to be awarded. This initiative is crucial for maintaining the integrity of the Custer Motorway within the Salmon Challis National Forest, ensuring safe and reliable transportation infrastructure. The estimated price range for the project is between $700,000 and $2,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion date anticipated in Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 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.
    South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking proposals for the South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC) to provide highway, street, and bridge construction services. This procurement aims to award up to four Indefinite Delivery, Indefinite Quantity (IDIQ) contracts exclusively to small business concerns, with a combined maximum value of $60 million, and individual task orders ranging from $50,000 to $3 million. The work will encompass various construction services, including design and design-build options, primarily within North Carolina, South Carolina, Georgia, and Florida, with a seed project focused on pavement preservation and bridge rehabilitation in Bibb County, Georgia, and several counties in Alabama. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit proposals electronically by the specified deadlines, with RFP documents expected to be issued around November 17, 2025. For further inquiries, contact C. Shawn Long or David Bogner at EFLHD.Contracts@dot.gov.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    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. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    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.