NM FTBL 2004(2) Wild Rivers Road
ID: 6982AF24B000005Type: Presolicitation
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)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 27, 2025, 12:00 AM UTC
  3. 3
    Due Mar 14, 2025, 8:00 PM UTC
Description

The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NM FTBL 2004(2) Wild Rivers Road project, which involves the rehabilitation and reconstruction of a 3.21-mile section of the Wild Rivers Road in New Mexico. The project aims to enhance access to recreational areas within the Wild Rivers Recreation Area by widening the road and improving safety features, including the replacement of culverts and the installation of erosion control measures. This initiative is particularly significant as it promotes both infrastructure improvement and economic opportunities for Historically Underutilized Business (HUBZone) firms. Interested contractors must submit their bids in hard copy by May 1, 2025, and can direct inquiries to Leslie Karsten or Laura Vallejos at CFLAcquisitions@dot.gov. The estimated project cost ranges between $5 million and $10 million.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 9:08 PM UTC
The U.S. Department of Transportation, Federal Highway Administration, has issued an Invitation for Bid (IFB) for a roadway construction project at the Wild Rivers Recreation Area in New Mexico, identified as NM FTBL 2004(2). This project, which encompasses the restoration, resurfacing, and rehabilitation of 2.81 miles of roadway, is set aside for HUBZone businesses and includes the replacement of culverts. Bids must be submitted in hard copy by May 1, 2025, with a bid guarantee required. The successful bidder will be determined based on the lowest responsible offer and must comply with various federal regulations, including the Buy American Act and labor wage requirements. Key details include technical training for contractors, insurance responsibilities, and requirements for environmental and safety considerations. The awarding of the contract is contingent on funding availability and the discretion of the Contracting Officer. By encouraging small businesses, particularly those in HUBZone areas, this project aims to enhance infrastructure while promoting economic opportunities in local communities.
Apr 24, 2025, 9:08 PM UTC
This document outlines the procedures for acknowledging amendments to a federal solicitation (ID: 6982AF24B000005), specifically related to project NM FTBL 2004(2). Contractors must acknowledge receipt of the amendment before the specified deadline to avoid rejection of their offers. Acknowledgment can be done by completing designated sections of the submission form or through separate communication referencing the solicitation and amendment details. The document also describes the amendment's effects on the solicitation's terms and conditions, emphasizing that other aspects of the original solicitation remain unchanged. An important note includes the rescindment of Executive Order 14026 regarding minimum wage for federal contractors, highlighting the need for consultation with the Department of Labor for wage determination guidance. This amendment, effective April 11, 2025, serves to ensure that bidders are informed of crucial updates that could impact their submissions and compliance with federal contracting processes.
Apr 24, 2025, 9:08 PM UTC
This document is a Cultural Resource Use Permit (Form NM-8151-2) issued by the U.S. Department of the Interior, Bureau of Land Management, to ERO Resources. It authorizes the permittee to engage in limited testing, collection, excavation, and the removal of various cultural resources in the specified geographical area during the effective period from January 24, 2025, to May 1, 2025. Key personnel responsible for project oversight include Kathy Croll as the Field Supervisor and Sean Larmore as the Project Director. The permit outlines several stipulations that govern its use, including compliance with federal, state, and local laws, the requirement for annual reporting of cultural resource work, and that the permit cannot be assigned or modified without prior approval from the State Director. The document emphasizes adherence to established guidelines and reporting practices to ensure responsible cultural resource management. This permit highlights the government's commitment to protecting cultural resources while allowing for controlled research and exploration activities by qualified entities.
Apr 24, 2025, 9:08 PM UTC
The Final Hydraulics Report for the Wild Rivers Back Country Byway, prepared by Jacobs Engineering Group for the Federal Highway Administration, outlines hydrologic and hydraulic design recommendations for Phases 2 and 3 of the project. The initiative aims to enhance public access to recreational areas in the Wild Rivers Recreation Area, New Mexico, through roadway and drainage improvements. Key components include the replacement of existing culverts, improvements to roadside surfaces, and erosion control measures. The analysis covers the drainage design criteria, hydrologic assessments of tributary areas, and hydraulic evaluations for culverts and ditches, adhering to federal standards. No floodplain or wetland issues were identified, and water quality will be safeguarded through Best Management Practices (BMPs). Recommendations include the installation of rolled erosion control products and riprap at culvert outfalls, as well as preserving or enhancing existing drainage capacities. This comprehensive report is part of federally funded efforts aimed at improving infrastructure while promoting environmental stewardship.
Apr 24, 2025, 9:08 PM UTC
The Final Pavement Design Report for the Wild Rivers Back Country Byway, prepared by Yeh and Associates, Inc. for Jacobs Engineering Group, outlines recommendations for rehabilitating approximately 7.73 miles of roadway within the Rio Grande del Norte National Monument in New Mexico. The document details analysis results from previous geotechnical investigations, which included field explorations and laboratory testing of existing pavement conditions. Key findings identified significant pavement distresses, prompting recommendations for full-depth reclamation rather than traditional overlay due to the age and condition of the existing pavement. The proposed construction involves realigning two problematic sections of the roadway, namely the Reverse Curve and Ice Hill, both of which will be upgraded to enhance safety for vehicles and bicycles. The report emphasizes compliance with federal and state standards during construction, including the use of specific materials for hot asphalt concrete pavement. The analysis supports improved roadway grades to mitigate winter ice formation on the Ice Hill segment. The summary indicates that successful implementation will require adherence to engineering specifications and environmental considerations, reflecting the project’s relevance to enhancing public infrastructure while maintaining environmental standards.
Apr 24, 2025, 9:08 PM UTC
The "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) is issued by the U.S. Department of Transportation's Federal Highway Administration. Its primary purpose is to provide binding guidelines for constructing roads and bridges under federally administered projects. The document incorporates both U.S. Customary and Metric units and details the regulatory frameworks governing these contracts, including the Federal and Transportation Acquisition Regulations. The specifications are structured into various divisions addressing general requirements, project-specific guidelines, and detailed construction methods for materials and processes like earthwork, pavement, and bridge construction. Key sections cover definitions, bid preparation, contract execution, quality control, and measures to follow during construction. The emphasis is on ensuring compliance, quality, safety, and efficient project delivery. This framework serves as a critical reference for contractors engaged in federal projects, reinforcing the government's commitment to maintaining infrastructure quality and safety standards.
Apr 24, 2025, 9:08 PM UTC
This government file appears to involve a document signed by Curtis R. Scott and Douglas P. Stewart, PE, related to the Ice Hill Full Reconstruction Area project. The document contains several digital timestamps and references to utility line crossings, indicating procedural and coordination aspects associated with the project. While much of the content is obscured or garbled, the file seems to outline essential phases of the reconstruction, emphasizing compliance with safety and engineering standards. The presence of timestamps suggests that the documentation supports ongoing project management efforts, particularly concerning regulatory adherence and safety precautions. This documentation likely serves as part of a broader federal RFP or grant process, aimed at ensuring accountability and efficiency in public works projects. The emphasis on precise logging of activities and compliance underscores the government's commitment to maintaining high standards in infrastructure improvements.
Apr 24, 2025, 9:08 PM UTC
The document consists of questions and answers regarding the NM FTBL 2004(2) Wild Rivers Road project, specifically addressing specifications and requirements for contractors during the bidding process. The project references FP-14 for seeding, mulching, and aggregate materials. A contractor inquired about specific seed mixtures and mulch rates, which are directed to relevant subsections of FP-14 and SCR. Another key point raised was a recommendation to use less expensive materials, suggesting the use of Section 302 Minor Crushed Aggregate and Section 403 Asphalt Concrete instead of the specified higher-end materials due to cost concerns; however, the Federal Highway Administration (FHWA) rejected this amendment but indicated that value engineering proposals might be considered post-award. Lastly, the document specifies that contractors must adhere to permits and responsibilities outlined in FAR clauses, with required bid submissions detailed in the solicitation. Overall, the exchange reflects the standard protocol of managing cost-efficiency while ensuring compliance with applicable regulations during federal construction projects.
Apr 24, 2025, 9:08 PM UTC
The document outlines the questions and answers during the solicitation phase for the "NM FTBL 2004(2) Wild Rivers Road" project, dated April 23-24, 2025. The primary purpose is to clarify project specifications and requirements for contractors interested in submitting proposals for road construction in a park setting. Key topics include the specification adherence to FP-14 standards for materials such as seed mixtures, aggregate base, and asphalt concrete, as well as budget considerations and potential amendment requests to reduce costs. The answers emphasize adherence to existing federal regulations, such as the Federal Acquisition Regulation (FAR), and detail requirements for materials, grading acceptance, quality control personnel, extension of project timelines, and site visit protocols. Additional points of clarification concern potential testing and surveying duties, the management of excavation spoils, materials' compliance with weed-free standards, and the need for signage. The document serves to address contractor inquiries to ensure compliance with federal guidelines and streamline the bidding process, promoting accountability and clarity as the project moves forward. Overall, it emphasizes the importance of adherence to specified standards while maintaining a budget-conscious approach.
Apr 24, 2025, 9:08 PM UTC
The document appears to consist of multiple digital signatures from Douglas P. Stewart, PE, dated February 20, 2025, indicating the completion of various approvals or validations. Each timestamp reflects a sequence of signatures without any accompanying narrative or context, suggesting it may be part of a bureaucratic process, specifically related to the certification of documents, plans, or proposals relevant to federal or state RFPs. The absence of substantive content or project details limits the scope of analysis, rendering it primarily administrative. This documentation likely serves to confirm participation in a formal process surrounding government contracts, underscoring the importance of compliance and accountability in public sector project oversight. The repetitive nature of the digital signatures implies thorough vetting procedures, critical in grant applications or requests for proposals to ensure integrity in the approval processes.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
NM BR AAO EL VADO HERON & EL VADO ROAD REHAB
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the NM BR AAO El Vado Heron & El Vado Road Rehabilitation project in New Mexico. The project aims to rehabilitate approximately 5.23 miles of asphalt roadway and improve parking lot operations within El Vado and Heron Lake State Parks, including full depth reclamation, paving of existing gravel lots, and minor drainage improvements. This initiative is crucial for enhancing access and safety for visitors to these recreational areas. The project is anticipated to be advertised in May 2025, with construction expected to commence in the summer of 2025 and completion by fall 2025, with an estimated contract value between $5 million and $10 million. Interested parties can contact Denise Martinez at CFLAcquisitions@dot.gov for further information.
NM NP MULTI PMS(1), Pavement Preservation New Mexico
Buyer not available
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.
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.
MT FLAP PARK 2021(1), Old Yellowstone Trail South Improvements and Preservation
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the "Old Yellowstone Trail South Improvements and Preservation" project in Montana, under Solicitation No. 69056725R000003. This project aims to enhance and preserve critical infrastructure within Yellowstone National Park, focusing on roadway reconditioning, drainage improvements, and community access, particularly in areas affected by recent flooding. The anticipated contract value ranges from $2 million to $5 million, with proposals due by specified deadlines, and only bids from designated prime contractors will be accepted. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
Landslide Repairs in The West Region C1
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting sealed bids from certified Small Business Concerns for the Landslide Repairs in The West Region C1 project in Puerto Rico. This project aims to address damages caused by Hurricanes Irma and Maria, involving extensive repairs along several highways, including embankment reconstruction, drainage system installation, and pavement reconstruction, with an estimated budget ranging from $10 million to $20 million. The initiative underscores the federal government's commitment to engaging small businesses in critical infrastructure repairs while adhering to federal regulations. Interested bidders can access bid documents online, with the anticipated release date around April 29, 2025, and must ensure registration in the System for Award Management (SAM) for eligibility and payment purposes. For inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
WY NPS YELL 10(26), Gardner River High Bridge
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the rehabilitation of the Gardner River High Bridge located in Yellowstone National Park, Wyoming. The project aims to preserve and rehabilitate the bridge, which includes tasks such as repainting the structure, repairing concrete and steel elements, replacing approach span decks and joints, and enhancing the drainage system. This work is critical to prevent further deterioration of the bridge, which is situated in a culturally and environmentally sensitive area with no available detour for public traffic. Interested contractors are invited to submit their qualifications and relevant experience by May 8, 2025, with an estimated project value between $10 and $20 million and a performance period commencing in April 2026 and concluding by July 2027. For inquiries, please contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
OR FS OCHOC607 22(1), Road 22 Repairs MP 0.0 to 8.0
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Road 22 Repairs project (OR FS OCHOC607 22(1)) in Oregon, covering mileposts 0.0 to 8.0. The project aims to address critical repairs including edge cracking, potholes, and embankment settlement, while ensuring compliance with federal standards for roadway safety and performance. This initiative is vital for maintaining infrastructure that supports safe vehicular traffic flow and access to recreational areas. Interested small businesses are encouraged to submit their bids, with the estimated project cost ranging from $700,000 to $2,000,000. For further inquiries, potential bidders can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
New Mexico Forest Engineering and Road Maintenance (FERM)
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
WA ERFO NPS OLYM 2022‐1 (1), OLYMPIC NPS ERFO REPAIRS 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration's Western Federal Lands Division, is soliciting bids for the Olympic National Park Emergency Relief for Federally Owned Roads (ERFO) Repairs project, designated as WA ERFO NPS OLYM 2022-1 (1). The project involves critical construction tasks including road reconstruction, bank stabilization, and culvert installation along a 0.04-mile section of North Shore Road, aimed at restoring infrastructure damaged by environmental factors while ensuring visitor safety and compliance with federal standards. This initiative underscores the government's commitment to maintaining national park infrastructure and enhancing public access, with an estimated project cost ranging from $700,000 to $2,000,000. Interested small businesses must submit their bids in writing by the specified deadline, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
Repair Rebuild Route 219
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and rebuilding of Route 219 at White Sands Missile Range in New Mexico. The project involves the removal and replacement of the existing roadway, including the disposal of asphalt and base materials, processing of subgrade, and application of new asphalt and pavement markings, all while preserving existing tank trails. This construction effort is critical for maintaining safe and efficient transportation routes within the military installation. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $500,000 and $1 million, with a duration of 90 days post-award. Interested contractors should contact Silvia Kane at silvia.i.kane.civ@army.mil for inquiries and must be registered in the System for Award Management (SAM) by the bid submission date, with the solicitation expected to be issued around May 7, 2025.