CA ERFO NP DEVA 2023-3(2) Repairs and Armoring
ID: 6982AF24B000010Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION6982AF CENTRAL FEDERAL LANDS DIVISILAKEWOOD, CO, 80228, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO NP DEVA 2023-3(2) Repairs and Armoring project, aimed at restoring roadways in Death Valley National Park following significant damage from Hurricane Hillary. The project encompasses pavement patching, roadway reconditioning, installation of new culverts, and protective armoring across multiple routes, with a focus on enhancing infrastructure resilience and ensuring safe public access. This Total Small Business Set-Aside opportunity has an estimated funding range of $10 million to $20 million, with bids due by August 1, 2024, and a pre-bid meeting scheduled for July 18, 2024. Interested contractors can reach out to Laura Vallejos or Leslie Karsten at CFLContracts@dot.gov for further inquiries.

    Point(s) of Contact
    Laura Vallejos
    CFLContracts@dot.gov
    Leslie Karsten
    CFLContracts@dot.gov
    Files
    Title
    Posted
    The document outlines a formal approval process for a government project, dated April 5, 2024, under the oversight of Curtis R. Scott. It includes extensive details about project specifications, referrals, and scope of work relevant to federal grants and state/local RFPs. The content is structured into sections that discuss key deliverables, budget allocation, and compliance with local and federal regulations. Emphasis is placed on safety standards and resource allocation throughout project execution. Furthermore, it contains information regarding schedules, rates, and miscellaneous allowances pertinent to both Ubehebe Road and Westside Road projects. This validation process is part of a broader framework aimed at ensuring that government projects are implemented effectively while meeting regulatory and safety requirements, showcasing the commitment to transparency, accountability, and optimal use of resources in public sector projects. The document signifies an essential step in approving infrastructure enhancements and maintaining public safety.
    The "Death Valley Storm Repairs and Armoring Final Hydraulics Report" outlines a project in collaboration with Death Valley National Park and Inyo County following the extensive damage caused by Hurricane Hilary. The initiative aims to repair roadways, install protective armoring, and replace culverts to enhance resiliency against future storms. Key recommendations include the use of HDPE culverts, the installation of gabion walls for bank protection along Emigrant Canyon Road, and detailed hydraulic modeling to assess and mitigate flood risks. The report presents a comprehensive hydraulic analysis, including hydrologic data, design criteria, and stability assessments for proposed structures. Proposed measures include specific culvert installations, material preferences to combat corrosive conditions, and design flow calculations for varying storm events. The findings emphasize the importance of integrating these improvements to secure both infrastructure and public safety in the park. The meticulous approach ensures adherence to federal guidelines and enhances the sustainability of the roadway systems amid the unique challenges posed by the desert landscape.
    This memorandum provides recommendations for pavement and material repairs in Death Valley National Park as part of the CA ERFO NP DEVA 2023-3(2) project, following damage from Hurricane Hillary. The scope includes emergency repairs, roadway reconditioning, and installation of new gates, with a focus on enhancing road resilience through protective armoring. Key roads targeted for repair include Beatty Cutoff Road and Badwater Road, among others. The project does not require traffic counts and is based on previous measurements by field engineers. Recommendations for asphalt repairs include a concrete pavement patch, while earth and gravel roadways will use a 6-inch aggregate surface course. The document outlines specific layers and thicknesses for various repairs, along with bid items for construction. Special construction provisions based on CFLHD standards will be used, along with a specific contract provision for each type of pavement proposed. The overall purpose is to restore and maintain road accessibility within the park while addressing storm-related damage, reflecting a commitment to infrastructure resilience.
    The document is an Invitation for Bid (IFB) issued by the U.S. Department of Transportation for roadway repairs in Death Valley National Park, following damage from Hurricane Hillary. The project (CA ERFO NP DEVA 2023-3(2)), which includes flood damage repairs like grading, drainage improvements, and sidewalk repairs, is set aside for small businesses. Bids must be submitted in a printed format, including specific forms and guarantees, due by August 1, 2024. The estimated project cost ranges from $10 million to $20 million. Key requirements include compliance with the Federal Acquisition Regulations (FAR), completion of certain certifications via the System for Award Management (SAM), and adherence to construction wage rates. A pre-bid meeting will occur virtually on July 18, 2024, to orient contractors. The bidding process emphasizes partnering between the government and contractors to ensure project success and encourages the use of recovered materials. Contractors must also complete necessary reporting regarding employment of veterans and must provide assurance through bid guarantees. The overview highlights compliance, collaboration, and project specifics integral for bidders in the federal procurement process.
    The document details Amendment A001 concerning the solicitation for a construction project (CA ERFO NP DEVA 2023-3(2)) overseen by the Federal Highway Administration's Central Federal Lands Division. The amendment outlines procedures for submitting bids, acknowledging amendments, and the consequences for failing to do so timely. It specifies a range of construction tasks, including mobilization, roadway reconditioning, and the installation of drainage structures, while emphasizing compliance with environmental regulations and permits such as the Clean Water Act. Contractors must coordinate with local regulations, adhere to strict schedule guidelines, and present a comprehensive plan for traffic control during construction. The amendment emphasizes the necessity for developing a Storm Water Pollution Prevention Plan and securing insurance coverage prior to the project commencement. Furthermore, it outlines modifications of contract terms, bid submission details, and requirements for various project milestones, ensuring that contractors understand their responsibilities and associated timelines. The document serves as an official modification to the original solicitation, reinforcing the Federal Government's efforts to promote efficient and lawful construction practices.
    The document is an amendment to a solicitation for a federal project managed by the Federal Highway Administration's Central Federal Lands Highway Division. It emphasizes the importance of acknowledging receipt of this amendment prior to the specified submission deadline, with prescribed methods for acknowledgment. The amendment modifies the existing solicitation by updating essential project details, including the completion dates of work phases, which are set for April 4, 2025, and June 27, 2025, if an optional phase is awarded. Additionally, it introduces the need for contractors to utilize the Government’s web-based system EEBACS for documentation related to construction operations. Training on this system is required, and specific protocols for account management and subcontracting process are outlined. Notably, contractors must submit necessary forms for each subcontractor to ensure compliance with project regulations. This amendment reinforces accountability and detailed procedural requirements necessary for project execution under federal guidelines, aimed at enhancing both efficiency and compliance in federal contracting processes.
    The document outlines the amendment (A003) of a solicitation from the Federal Highway Administration related to construction projects in California, specifically in Inyo, Kern, and Mono counties. It provides essential instructions for contractors to acknowledge receipt of this amendment before a designated deadline, emphasizing that failure to do so may result in bid rejection. The amendment modifies the existing solicitation and includes updated wage determinations under the Davis-Bacon Act, presenting minimum wage rates for various construction classifications, including building, heavy construction, and highway projects. Notably, the document specifies applicable Executive Orders impacting wage rates and contractor requirements, detailing the responsibilities for compliance in hazardous work environments. The structure consists of formal instructions, identification information, and detailed tables presenting wage rates categorized by job classifications. Overall, this amendment serves to notify potential contractors of changes and ensures adherence to federal standards as they prepare their proposals for upcoming projects.
    The document outlines an amendment to an existing solicitation by the Federal Highway Administration (FHA) for a roadway construction project. It details the processes for acknowledging receipt of amendments, emphasizing that failure to acknowledge by the specified deadline could result in bid rejection. The amendment also provides specifics about the solicitation number, effectivity date, and requirements for bid submission. Key points include the requirement for contractors to start work within ten calendar days upon receiving the notice to proceed, along with the need for performance and payment bonds. The location for submitting sealed bids is specified, along with a deadline for submissions, which will be opened publicly. The document reiterates that offers must remain valid for at least 60 calendar days post-submission and ensures compliance with federal procurement regulations and labor requirements. Overall, this amendment serves to clarify submission guidelines and expectations for performance, urging adherence to specified conditions for prospective contractors involved in federal projects.
    The document outlines an amendment related to the federal solicitation and contract modification regarding repairs and armoring for specific project numbers under the Federal Highway Administration's oversight. Central to the amendment is the acknowledgment requirement for offers, detailing methods for compliance and the consequences of failing to do so. Important changes involve clarifications on definitions, construction schedule updates, and traffic control measures, ensuring that contractors maintain traffic flow and accommodate public safety during construction. The amendment also revises technical sections, providing specifications for materials and processes, such as gabion wall construction, traffic signal placements, and adhering to existing roadway conditions. Contractors are notified of their responsibilities regarding traffic management, including the use of flaggers, signage, and the submission of traffic control plans. Additionally, the amendment emphasizes the environmental considerations and logistical planning required for completing the project efficiently. This document serves as a critical reference for contractors participating in the bidding process, ensuring compliance with updated regulations and specifications necessary for successful project execution.
    The Bid Opening Summary details the outcomes of a construction bidding process for the Repairs and Armoring project (CA ERFO NP DEVA 2023-3(2)), which took place on August 13, 2024, in Lakewood, CO, with Leslie Karsten serving as the Bid Opening Officer. Five bids were submitted by various contractors, including ST Rhoades Construction Inc. and Steve Manning Construction, Inc., with totals ranging from approximately $16.8 million to $28.8 million. The engineer’s estimate for the project projected costs at around $14.4 million. Amendments to the bidding process were issued on multiple dates prior to the opening. All submitted bids are noted as subject to verification, emphasizing the preliminary nature of the information collected during the bidding process. This document is a critical component of government procurement, providing transparency and accountability in the awarding of public contracts for necessary infrastructure work.
    The document is a bid tabulation report for the Repairs and Armoring project at Death Valley National Park, California. It details the bids submitted by four contractors—Steve Manning Construction Inc, S. T. Rhoades Construction, Central Environmental Inc, and Whelcon Contractors LLC—for the project scheduled to begin on August 13, 2024. The report includes price breakdowns for base and option schedules, with engineer's estimates ranging from $6,272,780.00 to $8,107,695.00. Steve Manning Construction Inc was the most responsive bidder, with a total bid of $7,429,905.00 for the project, followed by S. T. Rhoades Construction at $8,360,850.00. Various line items are listed with specific costs, demonstrating how each contractor's bid compares to the engineer's estimates for tasks such as mobilization, construction surveys, and contractor quality control. This information is integral for assessing contractor responsiveness and ensuring funding allocation complies with federal regulations. The document ultimately serves as a formal record of offers submitted for a government RFP, crucial for state or federal analysis of grant disbursement and project execution.
    The "CA ERFO NP DEVA 2023 - 3(2) – Repairs and Armoring" project focuses on repairing and restoring various roads within Death Valley National Park following damages from Hurricane Hillary and subsequent flooding in August 2023. The project encompasses 66 primary sites, including Badwater Road and Emigrant Canyon Road, aiming to enhance road resilience and ensure safe access. Key initiatives involve constructing new gabion walls, installing culverts, resurfacing roads, and enhancing drainage systems while maintaining traffic flow. Contract requirements emphasize compliance with local regulations, including the Death Valley National Park Fire Plan, and mandate the presence of biologists and archaeological monitors during construction. The project allows concurrent work at multiple locations and sets specific completion deadlines, with a bid opening scheduled for August 8, 2024. The procurement process prioritizes small businesses and outlines necessary submission documents, bidding criteria, and evaluation processes. This request for proposals (RFP) illustrates the government's commitment to infrastructure restoration and ecological resiliency while adhering to regulatory standards, ensuring safe public access and preservation of natural resources.
    The document outlines the completion details and as-built drawings for multiple roadway repair projects managed by Whelcon Contractors LLC, overseen by Contracting Officer Representative (COR) Barbara Quintana. The projects include repairs on Old Stovepipe Rd, Beatty Rd, Ubehebe Rd, and Emigrant Pass Rd/Wildrose Camp, with various mile post ranges indicating the start and end points for each repair. The overall project completion date is set for January 25, 2024. The summary of work indicates that repairs were constructed as per design specifications, and documented as-built drawings highlight project details. The file serves as an official record for the federal grants associated with infrastructure maintenance, emphasizing adherence to regulations and standards for government-funded projects. Its purpose is to ensure transparency and accountability in the use of public funds for infrastructure development. This documentation is essential for maintaining compliance with federal and state requirements during the project lifecycle.
    The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) serves as essential guidelines for projects administered by the Federal Highway Administration. This document, incorporating both U.S. Customary and Metric units, outlines the rules and regulations governing the construction and contract processes, including the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR). The file is systematically structured across various divisions, detailing general and specific construction requirements, such as materials, methodologies, and standards for quality control, safety, and environmental compliance. It defines critical terms relevant to construction contracts and establishes procedures for bidding, contract modification, and satisfactory completion of projects, ensuring accountability among contractors. Key sections present guidelines on construction practices, from earthwork and material specifications to bridge construction and traffic management. Additional aspects include requirements for public traffic control, soil erosion, and stormwater management, reflecting best practices and adherence to safety regulations throughout the construction process. Ultimately, FP-14 emphasizes the importance of quality, safety, and regulatory compliance in federal highway projects to promote efficient infrastructure development.
    This document provides a list of interested vendors participating in a federal government opportunity, detailing their contact information and unique identifiers. It includes four vendors: Steve Manning Construction Inc., AE West LLC, Force Traffic Control, Inc., and Martin Brothers Construction. Each entry features contact names, email addresses, addresses, and corresponding Unique Entity IDs (SAM). For instance, AE West LLC is located in Ann Arbor, Michigan, while Steve Manning Construction Inc. operates from Redding, California. The inclusion of CAGE codes indicates further verification of the vendors' capabilities to engage in government contracting. The purpose of this list aligns with government RFPs, showcasing potential contractors for prospective federal grants or state and local RFPs, streamlining communication between agencies and vendors. The structured approach ensures clear visibility of key vendor information vital for the government’s procurement processes.
    The primary objective of this procurement is to undertake road repairs and armoring work within a national park. The focus is on culvert replacements, gabion wall construction, and roadway improvements to enhance infrastructure resilience. The contract seeks bids for repairing and armoring multiple locations affected by disasters. Key tasks involve replacing pipe culverts with HDPE pipes, constructing gabion walls of various heights, and performing embankment work. The scope also includes removing structures and obstructions, with specific requirements for cleaning and sealing cracks in road surfaces. Important dates include a non-mandatory virtual meeting on July 18, 2024, and a submission deadline of 1:00 p.m., Local Mountain Time, the same day. The government contact mentioned is CFLContracts@dot.gov. Critical evaluation criteria include the contractor's past performance on similar projects, with the solicitation requesting detailed information on five such completed jobs. This summary provides a concise overview of the procurement's key aspects, focusing on the road repair and enhancement goals while highlighting essential logistics and evaluation factors.
    The primary objective of this procurement is to undertake road repairs and armoring work within a national park. The focus is on culvert replacement, embankment construction, gabion wall installation, and related tasks. The park's unique requirements demand adherence to specific regulations and permits. Culverts, as detailed in the plans, must be installed, with HDPE pipe being the specified material. Cleaning and sealing of cracks in the roadway surface are essential, as noted in the specifications. Gabion walls require careful design and construction, with contractor responsibility for determining the exact layout and heights. Excavated materials must remain in the park and cannot be used for filling; instead, imported materials must be acquired for that purpose. Key dates include a non-mandatory virtual meeting on July 18, 2024, with an email request deadline the day before, and the actual bid opening, for which attendance at the virtual meeting is not mandatory. Amendments to the project are to be referred to for clarifications and additional details. The government agency seeks a complete and accurate bid, emphasizing that the contractor must have the capability and responsibility to execute the work scope, warranting the submission of relevant past performance records. FAR clauses, as mentioned, will apply, with the addition of 52.219-14. Attendance at the optional virtual meeting implies agreement not to record or distribute the proceedings.
    The primary objective of this procurement is to carry out repairs and armoring work on various roads within a national park, focusing on enhancing their resilience against natural disasters. The project involves multiple tasks, including culvert replacements, crack sealing, gabion wall construction, excavation, and embankment. The emphasis is on contractor flexibility, with some tasks requiring contractor designs and adaptations to varying site conditions. Key project requirements include adhering to permit regulations, attending a non-mandatory virtual meeting, and complying with Federal Highway Administration standards. The contract is expected to be a small business set-aside, with critical dates including a pre-bid meeting in mid-July and a bid opening soon after. Evaluation criteria revolve around the contractor's experience and past performance on similar projects. This concise summary provides a snapshot of the procurement's essence, highlighting the main goods and services sought, key project tasks, and evaluation parameters, while omitting administrative details for brevity.
    The primary objective of this procurement is to carry out repairs and armoring work on various roads within a national park, focusing on culverts, gabion walls, and roadway enhancements to withstand environmental challenges. Contractors are required to attend a non-mandatory virtual meeting to clarify project details. The emphasis is on using HDPE for pipe culverts and following specific plans for crack sealing. Contractors must determine the exact heights of gabion walls, with some requiring shoring solutions. Excess materials must remain in the park, and a detailed breakdown of removal tasks has been provided. The estimated completion time has been extended. Important dates include the non-mandatory virtual meeting on July 18, 2024, and the bid opening. The government contact for clarifications is available through email. Evaluation of proposals will consider past performance and compliance with Federal Acquisition Regulation (FAR) requirements, with some clauses not applicable. This project is a Total Small Business Set Aside, aiming to support small businesses. The procurement seeks experienced contractors to undertake these complex road repairs, with attention to detail and adherence to provided specifications.
    The document outlines the Q&A session during an advertisement for the CA ERFO NP DEVA 2023-3(2) Repairs and Armoring project. It addresses key contractor inquiries regarding specifications, processes, and requirements for bidding. Noteworthy points include the schedule for a non-mandatory virtual pre-bid meeting conducted by the Federal Highway Administration (FHWA) to discuss project details, and clarifications around material use, excavation requirements, and contractor responsibilities regarding gabion wall installations. Amendments referenced in the Q&A provide critical updates and clarifications, such as confirming that the project is a Total Small Business Set Aside and specifying that certain native materials can be reused within the park. Contractors are advised on safety issues, bid calculations, and specific design requirements for gabion walls. The document serves as a comprehensive guide for potential bidders, ensuring they possess the vital information necessary to prepare competitive proposals while adhering to federal standards and project specifications. Overall, the Q&A emphasizes accountability, compliance with guidelines, and the importance of clear communication throughout the bidding process.
    The primary objective of this procurement is to carry out extensive road and infrastructure repairs across several locations, emphasizing hurricane-damaged areas. Repairs include culvert replacements, roadway reconditioning, gabion wall installation, and armoring to enhance road resilience. The focus is on enhancing the resilience of roads and infrastructure in national parks following hurricane damage. The government seeks contractors to restore and strengthen these areas, primarily using gabion walls and revetment mattresses. Contractors will determine the exact design and layout of these structures, with some locations requiring four courses (12 feet high) and others varying in height. Contractors are expected to attend a non-mandatory virtual meeting to orient themselves with the project. The project involves multiple locations, including Badwater Road and Emigrant Canyon, each with specific challenges and requirements. Key dates include a pre-bid virtual meeting on July 18, 2024, and a bid opening date left unspecified. The solicitation process seeks bids for multiple road repair and enhancement tasks. Contractors must demonstrate their ability to execute the work, emphasizing their past experience in similar large-scale road repair projects. The government emphasizes the use of native materials and encourages cost-effective solutions, allowing the reuse of certain materials and disposal at designated mixing tables within the park. Evaluation of proposals will consider past performance, with prime contractors required to provide details of their largest similar projects from the last five years. Price and other factors, including local employment and small business participation, will also be considered. This concise summary provides an overview of the procurement's key aspects, focusing on the extensive road repairs, gabion wall construction, and the contractor's responsibility for designing and executing these improvements within the given parameters.
    Lifecycle
    Similar Opportunities
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and construction of stabilization structures, all while maintaining public access during construction. This project is crucial for improving visitor access in a remote mountainous area and is estimated to cost between $25 million and $35 million, with construction scheduled to commence in April 2025 and conclude by October 2027. Interested parties can contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov for further details.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.
    NV FLAP 400(1), Logandale Trails Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NV FLAP 400(1) Logandale Trails Access Road project in Clark County, Nevada. This project involves the construction of approximately 3 miles of roadway, including grading, widening, asphalt paving, and drainage improvements, aimed at enhancing access to the Logandale Trails trailhead. The initiative is part of federal efforts to improve infrastructure and accessibility to recreational areas while ensuring compliance with safety and environmental standards. Bids are due by September 19, 2024, at 2:00 p.m. local time, with an estimated project cost ranging from $10 million to $20 million. Interested contractors can contact cflacquisitions@dot.gov for further information.
    CA NPS PP MANZ 2019(1), Pavement Preservation Manzanar
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a pavement preservation project at Manzanar National Historic Site and Mojave National Preserve in California. The project includes crack sealing, patching, micro surface treatment, pavement markings, and other small items of work. The project is approximately 5.39 miles long and is expected to be completed by Spring 2020. The estimated price range for the project is between $1 million and $2 million. Interested vendors must register on the FBO website. The project will be solicited to the Western Region Pavement Preservation MATOC. Anticipated solicitation date is Fall 2019.
    DEVA - AUTO SHOP VEHICLE LIFTS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of two vehicle service lifts at the Cow Creek Auto Shop within Death Valley National Park. The project aims to install hydraulic lifts to replace existing cable-driven models that have experienced mechanical failures, ensuring efficient vehicle maintenance operations at the park. This initiative is crucial for maintaining the park's vehicle maintenance facilities while adhering to safety and environmental regulations, particularly concerning the management of hazardous materials. Interested contractors must submit their proposals by September 18, 2024, with an estimated construction cost between $100,000 and $250,000, and can contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details.
    TX FW TECH MULTI (1), Various Routes & Parking
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for road rehabilitation and related improvements at the Anahuac and McFaddin National Wildlife Refuges in Texas. The project encompasses approximately 16.4 miles of existing roadways, focusing on enhancements such as asphalt reconstruction, drainage improvements, and maintenance to prolong pavement life, following damages incurred from Hurricane Harvey in 2017. This initiative is vital for restoring coastal migratory bird habitats and ensuring the infrastructure's resilience against flooding. Interested contractors should submit their bids by the specified deadline, with the estimated project cost ranging between $5 million and $10 million. For further inquiries, contact Doug Whitcomb or Ryan Phillips at cflacquisitions@dot.gov.
    UT FLAP SLA 10(1) Mill Creek Canyon Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Mill Creek Canyon Road project in Utah, designated as UT FLAP SLA 10(1). The project aims to enhance safety and access to recreational areas within the Uinta-Wasatch-Cache National Forest by reconstructing and widening approximately 4.5 miles of Mill Creek Canyon Road, along with improving parking and trailhead facilities. This initiative is crucial for preserving natural resources while providing better access to outdoor recreational opportunities in the region. Interested parties should note that the estimated project cost ranges from $20 million to $30 million, with a pre-bid site visit scheduled for October 8, 2024, and contract award anticipated in October 2024. For further inquiries, contact Kelly Palmer at cflacquisitions@dot.gov or Leslie Karsten at CflContracts@dot.gov.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.