TX NP MULTI PMS(1) Pavement Preservation Texas
ID: 69056725R000006Type: Presolicitation
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)
Timeline
    Description

    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the TX NP MULTI PMS(1) Pavement Preservation project in Texas, covering approximately 37.72 miles across various national parks and historical sites. This project, estimated to cost between $5 million and $10 million, requires work to commence within 10 days of receiving the notice to proceed, with a completion deadline set for July 10, 2026. The selected prime contractors will be responsible for various pavement preservation activities, including chip sealing, micro surfacing, and crack sealing, adhering to specific material and operational guidelines outlined in the solicitation and subsequent amendments. Interested parties can direct inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and must submit their proposals in accordance with the specified requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment A001 to Solicitation No. 69056725R000006, for the "TX NP MULTI PMS(1), Pavement Preservation Texas" project, modifies the original solicitation effective October 31, 2025. This amendment clarifies and revises several sections of the bidding documents. Key changes include extending the completion date to September 3, 2026, and updating contact information for general and technical inquiries. It also adds language to Subsection 107.10(c) regarding the removal of dirt, plant, and foreign material from vehicles and equipment before entering park units, and to Subsection 107.10(e)(12) about mandatory orientation sessions for all contractor and subcontractor employees. Furthermore, Table 409-2 on sampling, testing, and acceptance requirements for micro surfacing aggregate and polymer-modified emulsified asphalt has been revised. The amendment ensures all other terms and conditions of the original solicitation remain in effect.
    Amendment A002 to Solicitation No. 69056725R000006, effective November 7, 2025, modifies the "TX NP MULTI PMS(1), Pavement Preservation Texas" project. This amendment revises several sections of the solicitation provisions and special contract requirements. Key changes include updated language in Subsection 108.01(h)(3) regarding work that generates ground vibrations, revised language and the inclusion of Table 409-2 in Subsection 409.10 concerning micro surfacing application rates, and updated language in Subsection 421.09 regarding Polymer Modified Rejuvenating Asphaltic Emulsion Application. Additionally, Subsections 703.09 and 703.10 are revised to include new language and tables for Chip Seal and Scrub Seal Aggregate, and Slurry Seal and Micro Surfacing Aggregate specifications, respectively. The amendment emphasizes adherence to specific aggregate gradations and application rates, often referencing Texas Department of Transportation (TxDOT) material specifications. All other terms and conditions of the original solicitation remain in full force and effect.
    The FLH Bridge Oversized/Overweight Permit Load Request is an application form for obtaining permits for oversized or overweight loads to cross FLH bridges. The form requires applicants to provide details such as company and contact information, a description of the load and route, the date of movement, and precise vehicle configuration measurements including width, height, length, and gross weight. A detailed sketch of the vehicle configuration with dimensions, axle spacing, weight per axle, and number of tires per axle is also required. The form emphasizes that incomplete, illegible, or inconsistent data will lead to its return for correction. An "Agency Use Only" section is included for review, approval or denial, and to note any permit conditions, indicating it is a standardized document for regulatory processing of special transport requests.
    The TX NP MULTI PMS(1) Pavement Preservation project in Texas is set to improve approximately 37.72 miles of pavement through various treatments, including crack sealing, patching, chip sealing, and micro-surfacing, along with pavement markings. The project is expected to be completed by summer 2026, with an estimated budget between $5 million and $10 million. It encompasses multiple sites, including national parks and historic sites across Texas, such as the Amistad National Recreation Area and the Guadalupe Mountains National Park. The detailed scope includes specifics from different divisions, addressing project requirements, aggregate courses, asphalt pavements, and additional incidental construction needs like traffic control measures. A focus on contractor mobilization, quality control, and necessary testing ensures compliance with federal standards. The document emphasizes the importance of timely scheduling and effective management during construction phases, showcasing the government's commitment to maintaining and preserving infrastructure within these significant areas.
    The document addresses various technical questions and clarifications regarding pavement preservation projects in Texas, likely part of an RFP or grant. Key points include the requirement for a Quality Control Manager (QCM) only if contractors comply with approved plans, and payment for temporary traffic control items at contract unit price when working at multiple parks. Stockpiling materials at more than two parks is permitted. Equipment inspections are required at each park entry, even if previously inspected, and only one project orientation season is needed, with amendments planned to address both points. Precoated aggregate use is optional for the contractor, required only where asphalt binder is used. The Federal Highway Administration (FHWA) will use NOAA National Weather Service forecasts for anticipating weather limitations for both Sections 407.07(e) and 409.07(d). Finally, the use of mechanical brooms is not allowed for sweeping or in addition to vacuum sweepers, as specified in the bid.
    This document addresses various questions and answers related to the Pavement Preservation Texas project, specifically concerning operations across multiple parks. Key points include clarifications on Quality Control Manager (QCM) requirements for sweeping and pavement marking (not required if Quality Control Plans are followed), payment for temporary traffic control items (yes, at contract unit price), and allowing material stockpiling at multiple parks. Equipment inspections are required at each park entry, even if previously inspected, but only one orientation season is necessary per project. The use of precoated aggregate is optional for the contractor, and the FHWA will use NOAA for weather limitations. The document also specifies that vacuum sweepers are required for chip seal operations, not mechanical brooms, and that park maintenance crews are responsible for clearing overgrown vegetation and moving obstructions like concrete benches. Restrictions regarding wind for chip sealing are directed to Section 407.07.
    This government file, "TX NP MULTI PMS(1), Pavement Preservation Texas," addresses various technical and general questions regarding pavement preservation projects across multiple parks. Key topics include Quality Control Manager (QCM) requirements for final sweeping and pavement marking, payment for temporary traffic control items, and regulations on material stockpiling at multiple park locations. The document also clarifies equipment inspection and orientation requirements, the use of precoated aggregate, and how the FHWA will measure weather limitations (rain and temperature) using NOAA data. It specifies that only vacuum sweepers are allowed for chip seal operations, not mechanical brooms. Additionally, the file outlines responsibilities for clearing overgrown vegetation and moving concrete benches, addresses restrictions on chip sealing due to wind, and clarifies crack cleaning and sealing specifications. Amendments are noted for several sections, indicating forthcoming updates to the language. The overall purpose is to provide clear guidance and answers to contractors regarding project execution, material usage, and compliance within the scope of Texas pavement preservation initiatives.
    This document addresses technical questions and clarifications regarding the Pavement Preservation Texas project, part of federal government RFPs. Key issues include the requirement for a Quality Control Manager (QCM) for final sweeping or pavement marking (No, if complying with QC Plans), payment for temporary traffic control items (Yes), and permitting stockpiling materials at multiple parks (Yes). Equipment inspections are required at each park entry, and only one orientation season is necessary for the project, with amendments addressing both. The use of precoated aggregate is contractor option where asphalt binder is used. Weather limitations for rain and temperature will be measured using NOAA National Weather Service forecasts. Mechanical brooms are not allowed for chip seal operations; only vacuum sweepers are permitted. Park maintenance crews are responsible for clearing overgrown vegetation and moving concrete benches. The contractor is responsible for determining weather conditions for chip seal operations. Amendments will update language regarding fogging surfaces with water and changing scrub seal locations to Type 2 micro surfacing. Clarification on crack sealing specifies that cracks less than ¼ inch are not routed or sealed, while those averaging ¼ to 1 inch are. Cracks larger than 1 inch will be handled via a change order. Limitations on heavy equipment at Padre Island National Seashore are for endangered turtle incubation. The project requires using only one type of aggregate per park for surface treatment. TxDOT Grade 2 aggregate is acceptable for micro surfacing, and TxDOT Grade 4 aggregate is acceptable for scrub seal. Micro surfacing specifications apply to all routes, not just parking areas. A subcontracting plan is not due with proposals. Utility adjustments apply to all covers or lids, and concrete casting is not required if the utility is flush with the finished asphalt. The resurfacing work at SAAN will commence at the park boundary, west of the railroad tracks. Campground work dates are constrained due to the need for parks to block out closure dates for campers.
    The Western Region Pavement Preservation (WRPP) MATOC Task Order Request for Proposals, Solicitation No. 69056725R000006, seeks proposals for pavement preservation in Texas, covering 37.72 miles across various national parks and historical sites. This solicitation is exclusively for pre-selected prime contractors under the WRPP Multiple Award Task Order Contract. The project, estimated between $5 million and $10 million, requires work commencement within 10 days of notice to proceed and completion by July 10, 2026. Proposals must include a bid schedule, SF 1442 form, bid guarantee, and authority to sign documents. Large businesses must submit a subcontracting plan. The project is governed by FP-14 specifications and is being advertised to publicize subcontracting opportunities.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) assesses paved roads and parking areas within the National Park System, including Amistad National Recreation Area in Texas. This Cycle 6 report, prepared by the Eastern Federal Lands Highway Division, details the condition assessment using automated and manual ratings. The RIP, established in 1976 through an MOA between NPS and FHWA, aims to identify surface deficiencies, prioritize corrective actions, and maintain an inventory of transportation features. Funding comes from the Federal Lands Highway Park Roads and Parkways Program. The data collected feeds into the Highway Pavement Management Application (HPMA) to prioritize maintenance, forecast future conditions, and quantify infrastructure needs as mandated by TEA-21 and MAP-21. Cycle 6, initiated in 2014, involves collecting data from all NPS park units with paved roads and parking areas, with additional collections for primary routes in larger parks to enhance the pavement management system.
    The Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) assesses paved roads and parking areas within the National Park System. This March 2017 report details the Cycle 6 condition assessment for Big Thicket National Preserve in Texas, utilizing both automated and manual rating methods. The RIP, established in 1976 through an MOA between the NPS and FHWA, aims to inventory transportation features and prioritize maintenance. Cycle 6, running from 2014 to 2020, involves collecting data from all paved roads and parking areas in all parks, with additional collections for primary routes in large parks. The Pavement Management System (PMS), specifically the Highway Pavement Management Application (HPMA), uses this data to forecast conditions and prioritize projects. The report includes sections on park route inventory, summary information, location maps, and condition rating sheets for parking areas, with no paved road condition data reported for this park in Cycle 6. Appendices detail methodologies for determining condition ratings and a glossary of terms.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) assesses and inventories all paved roads and parking areas within the National Park System. This July 2017 report details the Cycle 6 condition assessment of paved assets at Chamizal National Memorial in Texas, utilizing both automated and manual rating methods. The RIP, established in 1976 through an MOA between NPS and FHWA, aims to identify surface deficiencies, prioritize corrective actions, and maintain an integrated maintenance features inventory. Cycle 6, spanning 2014-2020, involves collecting data from all paved roads and parking areas in all parks, with additional collections for primary routes in larger parks to enhance pavement management and prediction models. The Highway Pavement Management Application (HPMA) stores this data to forecast performance and prioritize maintenance projects. The report also outlines improvements to the Pavement Condition Rating (PCR) methodology, emphasizing cracking and refining the use of the Roughness Condition Index. Milepost information for DCV-collected roads is included, noting changes in feature inventory reporting from previous cycles.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Fort Davis National Historic Site in Texas. This assessment utilizes automated vehicles and manual ratings to evaluate pavement conditions, which are then used by the Highway Pavement Management Application (HPMA) to prioritize maintenance and rehabilitation projects. The report outlines the history of RIP, its funding through the Federal Lands Highway Park Roads and Parkways (PRP) Program, and the legislative mandates for a Pavement Management System. It also describes the methodologies for determining condition ratings, including various surface distresses, roughness, and the Pavement Condition Rating (PCR), which categorizes pavement into excellent, good, fair, or poor conditions to guide treatment types like preventive maintenance, light rehabilitation, heavy rehabilitation, or reconstruction.
    The Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas within the Guadalupe Mountains National Park in Texas. This report, prepared in July 2017, utilizes both automated pavement inspection vehicles and manual ratings to evaluate infrastructure. The RIP, established in 1976 and funded through the Federal Lands Highway Park Roads and Parkways (PRP) Program, aims to identify surface condition deficiencies, prioritize maintenance, and establish an integrated maintenance features inventory. Cycle 6, initiated in 2014, involves collecting data from all paved roads (approximately 5,700 miles) and parking areas in all National Park System units, with additional collections for primary routes in large parks. This data feeds into the Highway Pavement Management Application (HPMA) to forecast future conditions and prioritize pavement maintenance and rehabilitation projects, ensuring efficient management of the park's transportation facilities.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at the Lyndon B. Johnson National Historical Park in Texas. This assessment, conducted in July 2017, utilizes automated and manual ratings to evaluate pavement conditions. The RIP, established in 1976 through a Memorandum of Agreement between the NPS and FHWA, is crucial for inventorying transportation facilities, identifying surface condition deficiencies, and prioritizing maintenance projects within the National Park System. The program is funded by the Federal Lands Highway Park Roads and Parkways (PRP) Program. This report includes a park route inventory, summary information, location maps, and detailed condition rating sheets for various paved routes, such as James Davis Road (Route 0010) and Bailey Road (Route 0401Z), indicating their pavement condition ratings (PCR).
    The “Road Inventory Program (RIP) Road Inventory and Condition Assessment of Paved Routes Padre Island National Seashore” report details the assessment of paved roads and parking areas within the Padre Island National Seashore in Texas. Prepared by the Federal Highway Administration’s Eastern Federal Lands Highway Division, this July 2017 report is part of Cycle 6 of the RIP, which inventories and inspects all paved assets in the National Park System. The assessment uses automated pavement inspection vehicles and manual ratings to determine pavement conditions. This data is crucial for the Pavement Management System (PMS) used by FHWA and NPS to prioritize maintenance and rehabilitation projects. The report includes sections on the park route inventory, summary information, location and condition maps, and detailed condition rating sheets for both paved roads and parking areas, offering a comprehensive overview of the infrastructure's status.
    This government file, signed by James Mills, details the summary of quantities and surfacing tabulations for the TX NP MULTI PMS(1) project across Amistad National Recreation Area and Big Thicket National Preserve. It outlines various construction and maintenance items, including mobilization, quality control, scheduling, and different types of roadway and pavement work. Key items include roadway aggregate, full-depth reclamation, asphalt concrete pavement, fog seal, chip seal, emulsified asphalt, micro surfacing, crack cleaning and sealing, and asphalt concrete pavement patching. The document also specifies quantities for temporary traffic control measures and general labor. The tabulation sheets provide detailed breakdowns of surfacing quantities for numerous roads and parking areas within the recreation areas, along with material application rates and weights for estimating purposes. Critical notes emphasize protecting existing infrastructure during work.
    This report details the Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) Cycle 6 condition assessment of paved roads and parking areas at the San Antonio Missions National Historical Park in Texas, conducted in May 2017. The RIP, established in 1976, inventories and inspects paved assets within the National Park System to prioritize maintenance and rehabilitation projects using a Pavement Management System (PMS) called Highway Pavement Management Application (HPMA). Cycle 6, running from 2014 to 2020, includes automated and manual condition ratings for all paved roads and parking areas, with additional collections for primary routes in larger parks to enhance performance prediction models. The report outlines methodology updates for PCR determination, manually rated routes, and parking areas to improve data accuracy for the HPMA, noting changes to distress index calculations to better reflect pavement conditions.
    Lifecycle
    Similar Opportunities
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.