ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
ID: 6982AF25B000015Type: 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)

Set Aside

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

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads critical for the Air Force Intercontinental Ballistic Missile Program in North Dakota. The project aims to enhance roadway conditions by adding four inches of aggregate surface course and includes specific requirements for roadway reconditioning while adhering to established construction standards. With an estimated project value of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and interested contractors can contact Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation amendment, A001 to solicitation 6982AF25B000015, issued by the Federal Highway Administration, Central Federal Lands Highway Division, modifies an Invitation for Bid (IFB) for a roadway construction project in North Dakota. The amendment revises pages A-1, E-26, E-34, and adds E-35, focusing on specifications for untreated aggregate courses and aggregate materials. Key changes include updated construction requirements for aggregate courses, revised aggregate specifications for concrete, subgrade, and surface courses, and new target value ranges for surface course gradation and plasticity index. The amendment also reiterates the importance of acknowledging its receipt to avoid rejection of offers and extends the deadline for offers to December 16, 2025.
    The U.S. Department of Transportation, Federal Highway Administration, Central Federal Lands Highway Division (CFLHD) is soliciting bids for the "MINUTEMAN MISSILE ACCESS ROAD" project (Solicitation Number: 6982AF25B000015). This is a total small business set-aside for re-graveling and reconditioning up to 73.742 miles of existing gravel missile access roads in various North Dakota counties, including Bottineau, McHenry, McLean, Mountrail, Renville, Sheridan, and Ward. The estimated project price is $4,335,000.00, with an estimated mileage range of 25 to 50 miles. Bids are due by 1:00 p.m. local time on December 9, 2025, and must include a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less. Electronic bids are not accepted; bids must be submitted as printed copies to the CFLHD office in Lakewood, CO. The contract is a firm-fixed-price variable scope, and award will be based on the lowest price per mile. The project requires contractors to use the Masterworks web-based system for daily reports and measurement notes.
    The Department of Transportation, Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project. This solicitation, Notice ID 6982AF25B000015, is a total small business set-aside for the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. These roads are critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman). The work involves roadway reconditioning and adding four inches of aggregate surface course. Offers are due by December 16, 2025, at 3:00 PM EST. The project falls under the Product Service Code Y1LB (Construction of Highways, Roads, Streets, Bridges, and Railways) and NAICS Code 237310 (Highway, Street, and Bridge Construction). Contact information is provided for Douglas Whitcomb and Leslie Karsten.
    The document, "MINUTEMAN MISSILE ACCESS ROADS ND OMAD 2024(1)," is an agency approval letter dated June 30, 2025, outlining a project by the U.S. Department of Transportation, Federal Highway Administration, Central Federal Lands Highway Division. The project focuses on resurfacing various access roads to Minuteman Missile Silos across multiple counties in North Dakota, including McHenry, Sheridan, McLean, Ward, Mountrail, Renville, and Bottineau. The scope involves "Typical Section 1 - Resurfacing," which includes 4 inches of aggregate surface course, aggregate surface reconditioning, and adjustments to field entrances and approach roads. The plan details specific route IDs (e.g., MIAB-A-05, MIAB-D-07(a)), their lengths, and their beginning and ending coordinates (ND State Plane NAD 83). The project also specifies intersection grading details for both controlled and uncontrolled intersections, emphasizing crown elimination and positive drainage. The document includes extensive lists of conventional plan symbols and abbreviations for various construction elements, drainage, geologic features, landscaping, mapping, right-of-way, guardrail, barrier, wall, sign, roadway, and utility symbols.
    The document addresses questions and answers for IFB # 6982AF25B000015, "ND OMAD 2024(1) Minuteman Missile Access Road." It clarifies specifications for surface course aggregate materials, sampling, testing, and acceptance requirements, primarily referencing Amendment A001 and Table 301-1 of the SCR's. The project, priced at $4,335,000.00, has a completion date of August 14, 2026, with the contractor expected to begin within 10 calendar days of the start date as per SCR Subsection 108.01. Key aspects covered include contractor responsibilities for sourcing water and repairing soft/unstable areas, bid schedule instructions, and the basis for award. Personnel requirements specify that the Superintendent, SSHO, and QC Manager can be separate individuals, and the QCM must be distinct from the technician. The project requires Masterworks, allows work on multiple sites simultaneously, and does not require an SWPPP or extensive staking data points. Tax-exempt status and permit requirements are also addressed by referring to relevant FAR clauses and SCR sections.
    Lifecycle
    Similar Opportunities
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    ND FTFW DESL 11(4) Auto Tour Route
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND FTFW DESL 11(4) Auto Tour Route project located in Des Lacs National Wildlife Refuge near Kenmare, North Dakota. The project aims to rehabilitate and repair approximately 2 miles of Auto Tour Route 011 Lower Lake Road, focusing on aggregate resurfacing, drainage improvements, culvert replacement, and other roadway enhancements to improve user experience and maintenance efficiency. This total small business set-aside contract has an estimated value between $700,000 and $2,000,000, with bids due by December 11, 2025, at 2:00 p.m. local time. Interested bidders should contact Stephanie Navarro or Kelly Palmer at CFLAcquisitiions@dot.gov for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. The objective of this procurement is to rehabilitate, widen, and realign approximately 2.6 miles of Red Grade Road to improve access to the Bighorn National Forest and Bureau of Land Management lands, addressing substandard roadway conditions and safety issues. This project is significant for enhancing infrastructure in mountainous terrain, with an estimated cost range of $10 million to $20 million and construction anticipated to begin in May 2026 and conclude by November 2027. Interested parties can contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    Sources Sought: Minot AFB Construction MACC
    Buyer not available
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.