WA USFS OkWen617 76(1), Icicle Creek Road Rock Fall Mitigation
ID: 69056723B000009Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

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

    The U.S. Department of Transportation, through the Federal Highway Administration's Western Federal Lands Division, is inviting bids for the "Icicle Creek Road Rock Fall Mitigation" project in Leavenworth, Washington. This project aims to enhance roadway safety by implementing rockfall mitigation techniques along specified segments of Icicle Creek Road, which is critical for access to the Okanogan-Wenatchee National Forest. The procurement is set aside for small businesses, with an estimated project value between $700,000 and $2,000,000, and requires bidders to submit detailed proposals, including a bid schedule and various certifications. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Icicle Creek Road Rockfall Mitigation Project, conducted by the U.S. Forest Service in Chelan County, Washington, aims to address rockfall hazards affecting a critical access corridor to the Okanogan-Wenatchee National Forest. The geotechnical assessment identifies three unstable slopes (US33, US36, and US38) requiring targeted interventions. Each slope has been analyzed for rockfall risks, with detailed recommendations for structural mitigation measures. Proposed solutions include the installation of gabion rockfall barriers and a draped rockfall protection system to manage potential hazards. The project emphasizes the need for maintenance access for periodic debris removal, specifying barriers’ placements and dimensions to optimize rockfall catchment. Detailed design specifications accommodate site conditions and slope characteristics, ensuring the integrity of Road 7600 while enhancing user safety. The comprehensive approach underscores the project’s objective: to mitigate risks posed by unstable slopes and safeguard infrastructure amidst natural hazards inherent to the mountainous region. This undertaking reflects the government’s commitment to maintaining transportation safety and environmental stewardship in national forest areas.
    The invitation for bids (Solicitation No. 69056723B000009) pertains to the "Icicle Creek Road Rockfall Mitigation" project by the U.S. Department of Transportation's Federal Highway Administration in Washington state. This project aims to enhance road safety through rockfall mitigation techniques along specified road segments within the Okanogan-Wenatchee National Forest. The solicitation is exclusive to small businesses and requires bidders to submit detailed proposals comprising a bid schedule and various certifications as outlined in the provided checklist. Key project components include mobilization, construction survey, soil erosion control, and significant removal tasks such as trees and pavement. The document specifies strict procedures regarding the submission of bids, including the restriction against electronic submissions and the necessity for a bid guarantee. Additionally, technical questions must be submitted by a deadline for responses. This opportunity reflects the government's commitment to engaging small enterprises to undertake infrastructural improvements while adhering to rigorous federal contracting requirements. The price range for project work is estimated between $700,000 and $2,000,000, underlining the project's importance and scale.
    The document outlines the procedures and specifications for the Icicle Creek Road project in Washington State, particularly focusing on the survey control points. It details the necessary information to be included on each sheet of the project, such as project designation (FS OKW 76(1)), design and check dates, and coordinate systems. The survey uses the Washington North SPCS NAD83 2011 system and follows orthometric elevations based on NAVD88 GEOID18. The document consists of data on surveyed points, including their state plane coordinates, geocoordinates, elevation, and descriptions of the survey markers, which include aluminum caps and magnetic nails. It emphasizes accurate distance measurements, combining factors, and includes warnings to ensure proper data entry into Excel sheets. This structured approach enables the diligent documentation required for federal and state RFPs, ensuring compliance with regulatory standards for surveying projects. Furthermore, it highlights the importance of precise data transfer to maintain consistency and accuracy across project documentation.
    The document outlines a series of bid schedules related to the USFS project OKWEN617 76(1) in Washington State. It details construction phases focused on soil erosion and sediment control, temporary and permanent traffic control, and various construction tasks including tree removal, roadway excavation, and pavement markings. The schedules include categories such as mobilization, construction survey, quality control, and contractor testing, specifying estimated quantities for various materials and labor. The document is structured into multiple schedules, each enumerating tasks and associated pay item numbers, units of measure, and estimated quantities required for the project. Key elements cover removal and installation of infrastructure, implementation of temporary traffic control measures, and ensuring compliance with environmental standards via soil erosion control measures. This submission adheres to state and federal requirements for project bidding, ensuring transparency and accountability in the procurement process. It reflects the government’s strategy to maintain infrastructure while addressing environmental concerns, effectively outlining both logistical and regulatory facets of the project.
    The document details the alignment data for the Icicle Creek Road Rock Fall Mitigation project managed by the Federal Highway Administration's Western Federal Lands Highway Division. It comprises two primary sections: horizontal and vertical alignment reports, which provide extensive technical specifications and coordinates essential for the project's design and implementation. The horizontal alignment segment outlines specific station data, including starting and ending points, tangential directions, and circular element details, complete with radius, delta, degree of curvature, and length. Meanwhile, the vertical alignment report focuses on elevation changes and includes details on linear and parabolic elements, tangent grades, and lengths crucial for ensuring safe road conditions. The project is fundamental in addressing rock fall risks along Icicle Creek Road, enhancing roadway safety and infrastructure. The meticulous data collection and reporting underscore the importance of precise engineering in public safety projects under government oversight. This report serves as a critical resource for further development phases and compliance with federal guidelines in road rehabilitation.
    The WFLHD Construction Contract Administration document details 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 a record of FHWA's performance over the last three fiscal years regarding the time taken to process these adjustments. Change orders refer to modifications in contract work as outlined in FAR 52.243-4. The data reveals the number of change order proposals definitized by fiscal year (FY), categorized by processing time. In FY 2021, there were a total of 9 proposals, FY 2022 saw only 3, and FY 2023 involved 10 proposals, with varied processing times ranging from 0 to more than 365 days. Notably, there were no agency-specific policies at this time. The document serves as an accountability measure for the FHWA and an informational tool for stakeholders involved in federal construction contracts, underscoring the importance of efficiency in contract modifications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WA USFS OKWEN 617 76(1) Icicle Creek Rockfall Mitigation Project
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Icicle Creek Rockfall Mitigation Project located in Chelan County, Washington. The project involves implementing rockfall mitigation measures on up to three slopes, including the installation of draped wire mesh, slope scaling, and gabion basket barriers over a length of 0.55 miles. This initiative underscores the government's commitment to infrastructure safety and environmental protection in sensitive natural areas. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for summer 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the MT FLAP VALLEY 20(1) project, which involves the construction and improvement of Duck Creek Road in Valley County, Montana. The project encompasses approximately 8.77 miles of roadway construction, including tasks such as mobilization, roadway excavation, asphalt pavement installation, and traffic control measures, all aimed at enhancing infrastructure and ensuring safety. This initiative is part of broader federal efforts to improve public roadways while adhering to environmental and safety regulations. Interested contractors can obtain further details and submit their bids by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the bid opening date specified in the solicitation documents.
    WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "Gifford Pinchot Repairs 2020, Phase 1" in Randle, Washington. The project involves various activities such as earthwork, road base reconstruction, embankment reconstruction, slope construction, and drainage infrastructure. The estimated price range for the project is between $2,000,000 and $5,000,000. The project is expected to be completed by Summer 2025. The procurement type is sealed bid and the contract type is firm-fixed-price. Interested vendors can view the Interested Vendors List by registering as a SAM user. This solicitation is offered as a small business set-aside.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the WA ERFO NPS MORA 2022-1(1) project, which involves repairs at Mount Rainier National Park. The primary objectives of this firm-fixed-price construction contract include bank stabilization using rip rap revetment with large woody debris, grading, drainage, and paving, covering a total project length of 0.18 miles. This project is significant for maintaining the integrity of park infrastructure and ensuring safe access for visitors, with an estimated price range between $700,000 and $2,000,000. Interested parties must respond to this sources sought notice by submitting the required form by October 24, 2024, at 1400 PT, and can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR". The project is located 2 miles East of Long Beach, Washington in Pacific County. It involves roadway embankment, paving, and striping. The project is 0.15 miles in length and is expected to be completed by Fall 2025. The contract type is Sealed Bid, Firm-Fixed-Price. The estimated price range for the project is between $700,000 and $2,000,000. This solicitation is offered as a Total Small Business Set-Aside. Interested vendors must register as a SAM user to view the Interested Vendors List. The INVITATION FOR BIDS will be posted on SAM.gov.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR FLAP UMATILL 582(1), Mill Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP UMATILL 582(1) project, which involves road improvements on Mill Creek Road in Umatilla County, Oregon. The project encompasses approximately 2.91 miles of work, including chip sealing, grading with crushed aggregate, and the repair of soldier pile walls, along with necessary traffic control and erosion management measures. This construction initiative is critical for enhancing local infrastructure and ensuring safety for road users. The contract, estimated to be valued between $2 million and $5 million, is anticipated to be solicited in Fall 2024, with a completion target set for Fall 2025. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of Mineral King Road in Sequoia and Kings Canyon National Park, California, under solicitation number 6982AF24B000017. The project involves rehabilitating approximately 12.09 miles of roadway, including tasks such as asphalt paving, drainage improvements, and construction of retaining walls, with an estimated cost range of $25 million to $35 million. This initiative is crucial for maintaining access to the park while ensuring compliance with federal regulations and environmental standards. Interested contractors must submit their bids by 2:00 p.m. local time on November 6, 2024, and are encouraged to attend a pre-bid meeting on October 8, 2024, for further project insights. For inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.