NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
ID: 693C73-26-B-000003Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, 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, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated contract value between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a total performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders must register with SAM.gov and submit their bids electronically by January 13, 2026, at 2:00 PM EST, and can direct inquiries to Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The Culvert Inspection Report for Paynes Creek Culvert (Structure No. 5140-048P) on the Blue Ridge Parkway, inspected on June 27, 2024, identifies minor deficiencies and outlines maintenance and rehabilitation recommendations. The structure is generally in good condition with a
    The Meadow Creek Culvert (Structure No. 5140-049P) on the Blue Ridge Parkway underwent a routine inspection on June 27, 2024, by the Federal Highway Administration. The culvert received a
    The Rennet Bag Creek Culvert (Structure No. 5140-050P) on the Blue Ridge Parkway underwent a routine inspection on June 26, 2024, by the Federal Highway Administration. The culvert is in generally good condition with a 'Minor' (D) priority for improvement. Key maintenance recommendations include removing vegetation, silt accumulation, and utility lines from the south barrel and channel, along with installing headwall markers. Rehabilitation recommendations, typically needed within five years, involve installing a guardrail system, cleaning and repointing stone masonry mortar joints, and placing scour countermeasures. The structure, built in 1937, has an inventory rating of 27 tons and an operating rating of 45 tons. The report also notes scour within the limits of the footing or piles and provides a detailed inventory, appraisal, and load rating, emphasizing that cost estimates are preliminary and for planning purposes only.
    The Culvert Inspection Report for Laurel Fork Culvert (Structure No. 5140-053P) on the Blue Ridge Parkway, inspected on June 26, 2024, identifies it as a concrete continuous culvert built in 1937, maintained by the National Park Service. The structure is rated with a
    The Laurel Fork Bridge (Rocky Knob), Structure No. 5140-054P, on the Blue Ridge Parkway, underwent a routine inspection on June 26, 2024. The Federal Highway Administration's Bridge Inspection Program prepared the report, which assigns a "D" (Minor) priority for improvement, indicating the structure is generally in good condition but requires preventive maintenance. Key recommendations include removing debris and vegetation, cleaning and repointing stone masonry, realigning the channel flow by removing sediment, placing scour countermeasures, cleaning and coating exposed reinforcement, and repairing unsound concrete on rail post #2. The report also details the bridge's inventory and appraisal data, including its 1937 construction date, concrete tee-beam main structure, and a length of 41.1 feet. The load rating indicates capacity meets or exceeds design loads, with an inventory rating of 35 tons and an operating rating of 59 tons. The bridge carries two lanes of the Blue Ridge Parkway over Laurel Fork and is owned and maintained by the National Park Service. Future ADT is projected at 1167 by 2032. Scour action is required to protect exposed foundations. The report includes various photographs illustrating the conditions found during the inspection.
    The Howell Creek Culvert (Structure No. 5140-165P) on the Blue Ridge Parkway underwent a routine inspection on June 26, 2024, by the Federal Highway Administration. The culvert is rated with a
    The "Bidder's Qualifications" form from the Eastern Federal Lands Highway Division is a comprehensive document for prospective contractors responding to Solicitation No. 693C73-26-B-000003 for the NP-BLRI PVT PRES FY25(1) Blue Ridge Parkway project. It requires detailed information about the bidding entity, including business name, address, SAM Unique Entity ID, DUNS, EIN, and contact details. The form covers organizational type, business size (e.g., small, large, disadvantaged), and, for joint ventures, specifies requirements for each participant. Bidders must provide their establishment date, years of experience as a general contractor and subcontractor, and furnish resumes of key personnel (owners, officers, project managers, superintendents) detailing their experience. The form also mandates a list of active and recently completed projects, including contract amounts, completion dates, and contact information for owners and sureties. Additionally, it queries about any unresolved claims, lawsuits, contract terminations, or debarment/suspension history. The form concludes with sections on the types of work performed as a general contractor, subcontractor, and work generally subcontracted, requiring an affidavit to certify the accuracy of all provided information.
    Amendment 0001 for Solicitation 693C73-26-B-000003, Project NP BLRI PVT PRES FY25(1) Blue Ridge Parkway, addresses bidder questions and clarifications. The bid opening remains January 13, 2026, at 2:00 PM EST. Key clarifications include aggregate testing requirements, confirming no changes to AASHTO T 11 or T 27 specifications, and directing bidders to FP-24 Table 703-5 for gradation ranges and deviations. For aggregate sampling, source verification occurs at the source, while production samples can be taken at the production belt or spreader discharge, with the chosen method remaining consistent throughout the project as per FP-24 Table 407-3.
    Amendment 0002 for Solicitation 693C73-26-B-000003 revises special contract requirements and clarifies bidder questions for the Blue Ridge Parkway project. Key changes include updating Section 703 - Aggregate by replacing a project-specific table with Table 703-5 from FP-24, which details target value ranges for chip seal aggregate gradation. The amendment also addresses concerns about sourcing aggregate materials, acknowledging the rural project location and increased allowance for the No. 200 sieve. However, materials must still meet contract requirements, and sampling/testing protocols remain crucial for compliance. The bid opening date of January 13, 2026, at 2:00 PM EST remains unchanged.
    The Eastern Federal Lands Highway Division has issued a NEPA Categorical Exclusion Form for the Blue Ridge Parkway Pavement Preservation Program in Floyd, Franklin, and Patrick Counties, Virginia. This project, covering MP 143.11-174.60, aims to extend pavement life by 5 to 10 years through chip seal, fog seal, patching, and crack sealing, along with pavement markings. No drainage or shoulder work, sign replacements, or new guardrail installations are included. Strict environmental commitments are in place, including protection of archaeological resources, inspection for threatened and endangered species, limiting disturbance to previously affected areas, and preventing pollution. The project was determined to have "No Effect" on federally or state-listed species under Section 7 of the Endangered Species Act and "No Adverse Effect" on historic properties under Section 106 of the National Historic Preservation Act. It is categorically excluded from further NEPA analysis, consistent with existing programmatic CEs and various environmental regulations.
    The “Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects” (FP-24) outlines comprehensive guidelines for federal highway projects managed by the Federal Highway Administration. These specifications, effective in 2024, are binding contract documents, supplemented by the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR). The FP-24 uses U.S. Customary units, with metric conversions provided for reference. It is divided into seven divisions covering general requirements, project-specific requirements, earthwork, earth retaining systems, aggregate and base courses, asphalt pavements, rigid pavements, bridge construction, incidental construction, and material specifications. Key sections address bid procedures, contract execution, scope of work, control of work and materials, acceptance, legal relations, prosecution and progress, and measurement and payment. The document also details the roles of the Contracting Officer and inspectors, electronic documentation protocols, and specific requirements for various construction elements, including concrete, structures, and traffic control. This document is essential for ensuring standardized practices, quality, and compliance in federal road and bridge construction.
    This Invitation for Bid (IFB) outlines a pavement preservation project on the Blue Ridge Parkway in Floyd, Franklin, and Patrick Counties, Virginia, from Milepost 143.11 to 174.60. The project, designated NP BLRI PVT PRES FY25(1), involves chip seal and fog seal placement, patching, crack sealing, and pavement marking. It is set aside for small businesses, with an estimated cost between $2,000,000 and $5,000,000. The contract is structured with a Base Contract (Schedule A) and three Government Options (Schedules B, C, and D), allowing flexible awards. The total performance period is 170 calendar days if all schedules are awarded concurrently, or 72 days for Schedule A and 57 days for each option if awarded separately, with no work permitted in October. Bidders must register with SAM.gov, submit a bid guarantee (bid bond), and adhere to various FAR and TAR clauses, including those related to labor standards, equal opportunity, and hazardous materials. Electronic bids are accepted via email to eflhd.contracts@dot.gov. The lowest
    The Federal Highway Administration's Minute-Memo details pavement recommendations for Project NP-BLRI PVT PRES FY25(1) on the Blue Ridge Parkway in Virginia, spanning from Milepost 143.11 to 174.60. The project aims to preserve the pavement, with recommendations based on field assessments and data from the Road Inventory Program (RIP) and Highway Pavement Management Application (HPMA). While most of the project limits are suitable for preservation, approximately 26% require rehabilitation due to poor conditions. Recommended treatments for preservable segments include Type 1C Chip Seal, Fog Seal, ACP Patching, and Crack Sealing/Filling, with specific milepost sections identified for each. Excluded segments due to poor condition are MP 161-163, 164.75-166, and 168-173. The document also provides historical project data and detailed pavement condition assessments by milepost, highlighting areas of concern such as cracking, raveling, and depressions.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) conducted its Cycle 6 condition assessment of paved roads and parking areas within the Blue Ridge Parkway, covering sections in Virginia and North Carolina. This report, dated December 2022, details the inventory and condition of these assets using both automated pavement inspection vehicles and manual ratings. The RIP, established in 1976 through a Memorandum of Agreement between the NPS and FHWA, aims to identify surface condition deficiencies, prioritize corrective actions, and maintain an integrated inventory of maintenance features. Cycle 6, which began in 2014, involves collecting data on all paved roads and parking areas in all National Park System units, with additional collections for primary routes in large parks. This data is crucial for the Highway Pavement Management Application (HPMA) system, used by FHWA and NPS to forecast future pavement performance and prioritize maintenance and rehabilitation projects, ultimately quantifying transportation infrastructure needs within the National Park System.
    This document outlines plans for the National Park Service's pavement preservation project on the Blue Ridge Parkway in Floyd, Franklin, and Patrick Counties, Virginia. The project spans 23.24 miles (46.48 lane miles) from MP 143.11 to MP 174.60. Work includes chip seal and fog seal placement, patching, crack cleaning and sealing, pavement marking, and other miscellaneous tasks, adhering to
    The solicitation, 693C73-26-B-000003, is for pavement preservation on the Blue Ridge Parkway Mainline in Floyd, Franklin, and Patrick Counties, Virginia. This project, estimated between $2,000,000 and $5,000,000, is open only to certified Small Business Concerns and involves chip seal, fog seal, patching, crack sealing, and pavement markings from Milepost 143.11 to 174.60. Bid documents will be available around November 20, 2025, on sam.gov, where interested vendors should register for updates. All prospective contractors must have an active SAM registration (https://www.sam.gov) for submitting offers and receiving payments, and complete the annual VETS-4212 form (http://www.dol.gov/vets/vets4212.htm). Questions should be directed to eflhd.contracts@dot.gov. Bidders are encouraged to submit bids electronically, and those attending bid openings must present a valid photo ID and arrive early for security escorts.
    The Federal Contractor Veterans’ Employment Report (VETS-4212) is a mandatory annual filing for non-exempt federal contractors and subcontractors holding contracts of $150,000 or more. This report, due by September 30th, requires organizations to detail their workforce by job category and hiring location, including the number of protected veterans employed and newly hired. Employers must also report the maximum and minimum number of employees during the reporting period. The preferred filing method is electronic through the VETS web-based system, though paper and electronic data file submissions are also accepted. Multi-establishment employers have specific filing requirements based on the number of hiring locations. The report collects company identification, NAICS, DUNS, and EIN information, and defines terms like 'employee,' 'hiring location,' 'job categories,' and 'protected veteran.' Contractors must retain copies of submitted reports for three years.
    Similar Opportunities
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap, located in Watauga County, North Carolina. The project, designated as NC NP BLRI 5140-091P, involves extensive repair work including concrete crack repair, joint resealing, masonry repointing, and asphalt pavement milling, with an estimated contract value between $2,000,000 and $5,000,000. This rehabilitation is crucial for restoring the bridge's structural integrity and extending its service life, ensuring safe passage for the traveling public. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around December 18, 2025. For further inquiries, contact Monique Lynch at eflhd.contracts@dot.gov or Emily McCleary at EFLHD.Contracts@dot.gov.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    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.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WY NP GRTE 13(1), Repair North Park Road at Milepost 15.8
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the "WY NP GRTE 13(1), Repair North Park Road at Milepost 15.8" project located 15 miles north of Jackson, Wyoming. The project involves essential roadway work, including asphalt surface repair, deep patching, roadway excavation, geotechnical stabilization, and the installation of an underdrain system over a 0.2-mile stretch. This initiative is crucial for maintaining the integrity and safety of the North Park Road, which is vital for access within the Grand Teton National Park. The estimated price range for the contract is between $700,000 and $2,000,000, with an anticipated solicitation date in Spring 2026 and a tentative completion date set for Fall 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    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.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.