WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR
ID: 69056724B000018Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the WA FLAP PACIFI 12800(2) project, titled "67th Place Public Enhancement to Willapa National Wildlife Refuge" in Long Beach, Washington. This project aims to enhance public access and infrastructure stability in the vicinity of the wildlife refuge, with a focus on roadway improvements, drainage enhancements, and soil erosion control. The total budget for this initiative is estimated between $700,000 and $2,000,000, and it is designated as a total small business set-aside, meaning only small business entities are eligible to submit bids. Interested contractors must submit their physical bids by March 26, 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines geotechnical recommendations for the 67th Place Public Enhancement Project at the Willapa National Wildlife Refuge in Pacific County, Washington. The project involves road widening to improve access and tsunami evacuation infrastructure. Key geotechnical assessments include a review of existing literature, a site reconnaissance, and dynamic cone penetrometer (DCP) tests revealing poor to very poor subgrade conditions with a high groundwater presence. Recommendations focus on utilizing existing "corduroy road" structures for subgrade stabilization, using geocell systems for roadway and shoulder construction, and employing temporary diversions during construction. The geotechnical analysis also highlights geology, soil characteristics, potential corrosion issues, and the importance of designing culverts resistant to corrosive environments. Construction considerations include managing water levels, waste material handling, and ensuring suitable fill material sourcing, reflecting a commitment to environmental and structural integrity throughout the project.
    The document is an Invitation for Bids (IFB) issued by the U.S. Department of Transportation’s Federal Highway Administration for the project titled "67th Place Public Enhancement" at the Willapa National Wildlife Refuge in Washington. The solicitation number is 69056724B000018, with a project duration set to start upon contract award and completion within a set timeframe. This project, with an estimated budget between $700,000 and $2,000,000, is specifically designated as a total small business set-aside, indicating that bids are solicited only from small business entities. Key components include a bid submission checklist, specific bid requirements including necessary forms (SF 1442), and provisions for construction specifications in accordance with the Federal Acquisition Regulations (FAR) and Standard Specifications for Federal Highway Projects. Bidders must ensure that their submissions include accurate representations and certifications, and a valid bid bond is mandatory. Electronic bids are not permitted; all submissions must be in physical form. The bid opening is scheduled for March 26, 2025. Additionally, bidders are reminded to consult the specific solicitation webpage on SAM.gov for updates on questions and technical details. This document underscores the government's focus on regulatory compliance and adherence to federal standards for highway construction projects.
    This memo announces the formal name change of a government project initially titled WA FLAP PACIFIC 12800(2), 67th Place Public Enhancement to Willapa NWR, which is now designated as WA FLAP PACIFI 12800(2). The change took effect on January 28, 2022. The document clarifies that all project files associated with the previous name are now linked to the newly adopted name. For further inquiries, stakeholders are directed to contact Michael Traffalis, the Project Manager. The purpose of this memo is to ensure clarity and consistency in project documentation and communication, addressing an internal administrative update related to federal project management processes.
    The document is a Survey Control Sheet for the project WA FLAP PACI 12800(2), detailing the transfer of a Survey Control point list into an Excel plan sheet. It contains instructions for creating and organizing worksheets that outline survey data, including state plane coordinates and geographic coordinates of various survey points. Each point includes information such as north and east coordinates, elevation, latitude, longitude, ellipsoid height, and combined factor. The project utilizes the Washington South SPCS NAD83 2011 coordinate system and NAVD88 GEOID18 for vertical datum. This structured approach assists in ensuring precise measurement and documentation of survey points, vital for project execution. The need for accuracy is highlighted by the references to combined factors that adjust measurements between points. Overall, this technical sheet serves as a critical resource for ensuring survey integrity and compliance with government standards in planning and execution within federal and state projects.
    The Earthwork Report for the Federal Highway Administration's Western Federal Lands Highway Division details the earthwork requirements for the WA FLAP PACIFI 12800(2) project, specifically the 67th Place Public Enhancement to Willapa National Wildlife Refuge. The report outlines material volumes and areas measured in feet, square feet, and cubic yards, providing a detailed breakdown of cut and fill volumes necessary for construction, along with cost estimates for various materials involved. It includes metrics associated with grading, turf establishment, pavement layers, and shoulder construction. The structured data highlights the specific stations along the project corridor, detailing the material needs at each station with aggregated totals for areas and volumes. The purpose of this report is to inform potential bidders and stakeholders about the project's earthwork requirements, ensuring compliance with federal guidelines while facilitating the completion of necessary improvements to public infrastructure within the national wildlife refuge. The document serves as a crucial resource for prospective contractors interested in responding to federal RFPs and grants related to environmental enhancements and roadway improvements.
    The document outlines the details of a federal project, WA FLAP PACIFI 12800(2), focusing on infrastructure enhancements related to soil erosion control, drainage, and traffic management. It includes a bid schedule with various pay item descriptions, estimated quantities, and units for different construction activities such as mobilization, soil erosion control, excavation, and roadway aggregate installation. The project emphasizes quality control, contractor responsibilities, and the need for temporary and permanent traffic control measures during construction phases. The report also features survey data with geographic and elevation coordinates, underscoring the significance of precise measurements for effective project execution. The findings and quantities are subject to future field adjustments, adhering to project specifications within state and federal guidelines. This document serves as a critical resource for contractors and stakeholders involved in infrastructure development, highlighting the project's goals and essential logistical details necessary for successful implementation.
    The Horizontal & Vertical Alignment Report for the Federal Highway Administration's WA FLAP PACIFI 12800(2) project outlines the design specifications for roadwork enhancements at the 67th Place public access to the Willapa National Wildlife Refuge. The report details both horizontal and vertical alignments, consisting of linear and circular elements, with dimensions and coordinates specified in feet. For horizontal alignment, key features include line segments with defined tangential directions, radius specifications, and curvature details to ensure safe navigation through the route. The vertical alignment further evaluates elevation changes along the path, employing methods such as symmetrical parabolas to maintain proper sightlines and grades. This comprehensive analysis is essential for complying with federal standards in transport infrastructure projects, ensuring efficient and safe road design in the designated area. The report emphasizes adherence to technical precision in layout while facilitating smooth transitions for vehicles. Overall, it reinforces the commitment to maintaining and enhancing vital transportation routes in accordance with federal guidelines and local needs.
    The Superelevation Report for MAIN 01, prepared for the Federal Highway Administration's Western Federal Lands Highway Division, outlines the design specifications for road enhancements in the vicinity of the Willapa National Wildlife Refuge. The report details various station points along a specified highway segment, documenting aspects such as cross slopes, point types, and transition types, using the standard measurement of feet. Key findings include a mix of full supers, reverse crowns, level crowns, and normal crowns across different stations, indicating the intended road curvature and water drainage considerations. The report serves to ensure that the road design adheres to the requisite engineering standards, facilitating safety and optimal vehicle performance. Essential data such as design speed and pivot methods are also referenced, though not detailed in the provided sections. This document’s analysis is crucial for justification of the project’s financial allocations, as part of federal RFP processes, ensuring compliance with relevant regulations and technical requirements inherent in public infrastructure projects.
    The document outlines a Federal Highway Administration project focused on the "67th Place Public Enhancement to Willapa National Wildlife Refuge" under the WA FLAP PACIFI 12800(2) initiative. It contains detailed cross-sectional plans related to roadway and drainage enhancements, including subgrade and original ground elevations, as well as design grades at various intervals along the construction route. Key measurements, including cuts, fills, and cross-sectional slopes, are provided to ensure precise engineering and construction adherence. The project aims to improve accessibility and infrastructure stability in the vicinity of the wildlife refuge, aligning with federal guidelines for environmental preservation and public works development. The methodology outlines standards for grading and earthwork necessary for maintaining alignment and drainage efficiency, underlining the project's technical aspects while adhering to regulatory requirements. This documentation serves as a critical resource for contractors bidding on the project, ensuring compliance with governmental and environmental specifications for roadway construction and enhancement.
    The WFLHD Construction Contract Administration outlines the Federal Highway Administration's (FHWA) procedures for definitizing equitable adjustments related to change orders in construction contracts, as mandated by FAR 36.211. The document presents data over the past three fiscal years (FY 2021-2023) regarding the timeframes for finalizing these changes after receiving thorough proposals. Notably, no agency-specific policies or additional procedures are in place. The provided data categorizes the timing of definitization, showing proposals that were finalized within varying timeframes: from 0 to over 365 days. Key highlights include that in FY 2021, five adjustments took 91 to 180 days, and in FY 2022 and FY 2023, the timeframes varied, particularly showing an increase to three proposals being definitized within 61 to 90 days in FY 2023. The report concludes that there were no undefinitized equitable adjustments by contract completion in the examined years, emphasizing FHWA's ongoing process evaluation for a structured response to contract changes. This documentation is vital for enhancing transparency and understanding of the FHWA’s operational efficiency, directly impacting federal construction contracts and financial planning.
    Similar Opportunities
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, under the project titles WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1). The project encompasses a range of construction activities, including earthwork, grading, paving, drainage improvements, and the installation of soil nail retaining walls and guardrails, aimed at enhancing access to the Lake Roosevelt National Recreation Area while ensuring environmental sustainability. With an estimated project cost between $5 and $10 million and a targeted completion date in Summer/Fall 2025, interested bidders are encouraged to contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to monitor the SAM website for solicitation updates.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    WA ERFO NPS OLYM 2022‐1 (1), OLYMPIC NPS ERFO REPAIRS 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA ERFO NPS OLYM 2022-1 project, which involves road reconstruction and environmental stabilization in Olympic National Park, located 9 miles northeast of Amanda Park, Jefferson County, Washington. The project encompasses a range of activities including bank stabilization, installation of engineered log jams, and erosion control measures, with a focus on enhancing road safety while protecting the surrounding ecosystem. This initiative is part of the Emergency Relief for Federally Owned Roads (ERFO) program, with an estimated budget between $700,000 and $2,000,000 and a tentative completion date set for Winter 2025. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Gifford Pinchot Repairs 2020, Phase 1 project, aimed at restoring roads within the Gifford Pinchot National Forest in Washington. This project, part of the Emergency Relief for Federally Owned Roads (ERFO) program, includes essential construction activities such as earthwork, subgrade reconstruction, drainage improvements, and the installation of culverts, with an estimated contract value between $2 million and $5 million. The initiative is crucial for maintaining and enhancing infrastructure safety and accessibility in national forest areas, reflecting the government's commitment to public safety following emergency events. Interested vendors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with the project scheduled for completion by Summer 2025 and solicitation documents expected to be available in winter 2024/2025.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact 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 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.
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Sportsman’s Park Transportation Improvements project (ID BOR SRAO 0017(1)) located in Aberdeen, Idaho. This project involves significant enhancements to transportation infrastructure, including the construction of highways, roads, and bridges, with a focus on compliance with federal standards and safety regulations. The initiative is particularly important for improving access to recreational facilities and ensuring efficient transportation routes in the region. Interested small businesses are encouraged to submit their bids, with project costs estimated between $700,000 and $2 million, and a completion timeline projected for early 2025. For further inquiries, bidders can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.