AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
ID: 690567-25-SS-0001Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is seeking qualified firms for the AK PFH 59(3) project, which involves remediation and erosion control along Snug Harbor Road in Cooper Landing, Alaska. The primary objectives include the procurement of services to address gullies formed without the use of construction equipment and to repair existing erosion control measures, which may involve the installation of topsoil, straw fiber rolls, erosion control blankets, and turf establishment. This project is crucial for maintaining the integrity of the roadway and preventing further erosion, with the contract anticipated to be advertised in Spring 2025 and work scheduled for Summer 2025. Interested parties must respond to this sources sought notice by January 14, 2025, at 1400 PT, and can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738 for further information.

    Point(s) of Contact
    WFL Simplified Acquisition
    (360) 619-7738
    WFL.Purchasing@dot.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set 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 information.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the anticipated 2026-2028 maintenance dredging project at Homer Harbor and Ninilchik Harbor in Alaska. The project involves pre- and post-dredge surveys, annual maintenance dredging, and the upland/intertidal placement of dredged materials, with an estimated construction value between $1 million and $5 million. This maintenance work is crucial for ensuring navigability and safety in the harbors, which are vital for local maritime activities. Interested firms are encouraged to submit their capabilities packages by February 24, 2025, to Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil, as registration in the System for Award Management (SAM) is required for eligibility.
    WA ERFO NPS OLYM 2022‐1 (1), OLYMPIC NPS ERFO REPAIRS 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA ERFO NPS OLYM 2022-1 project, which involves road reconstruction and environmental stabilization in Olympic National Park, located 9 miles northeast of Amanda Park, Jefferson County, Washington. The project encompasses a range of activities including bank stabilization, installation of engineered log jams, and erosion control measures, with a focus on enhancing road safety while protecting the surrounding ecosystem. This initiative is part of the Emergency Relief for Federally Owned Roads (ERFO) program, with an estimated budget between $700,000 and $2,000,000 and a tentative completion date set for Winter 2025. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    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.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, under the project titles WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1). The project encompasses a range of construction activities, including earthwork, grading, paving, drainage improvements, and the installation of soil nail retaining walls and guardrails, aimed at enhancing access to the Lake Roosevelt National Recreation Area while ensuring environmental sustainability. With an estimated project cost between $5 and $10 million and a targeted completion date in Summer/Fall 2025, interested bidders are encouraged to contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to monitor the SAM website for solicitation updates.
    Port of Nome Modification Phase 1A, Nome, Alaska
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Alaska District, is hosting a second Industry Day for the Port of Nome Modification Phase 1A project in Nome, Alaska. This project involves the construction of a 1,200-foot causeway extension, including a 30-foot wide road surface and a 600-foot long OpenCell™ sheet pile dock, as well as the removal of existing structures and excavation of seabed material. The Industry Day aims to familiarize contractors with the project requirements and gather industry feedback, with the event scheduled for February 21, 2025, at 10:00 A.M. Alaska Time in Anchorage, AK. Interested participants must submit their names and company information to the primary contacts, Tammy Davis and Michelle Mandel, by February 16, 2025, at 14:00 Alaska Time.
    Level Island Remedial Investigation and Groundwater Monitoring
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified Small Business Administration (SBA) 8(a) certified contractors to conduct a remedial investigation and groundwater monitoring at the Level Island former landfill in Alaska. The project involves defining the extent of contamination, installing monitoring wells, collecting groundwater and surface water samples, and preparing ecological risk documents, with fieldwork expected to occur from April to September 2026, weather permitting. This opportunity is crucial for environmental remediation efforts and compliance with regulatory standards. Interested vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by February 7, 2025, at 1:00 PM Central Daylight Time to be considered for the future solicitation.