HI FLAP CR562(1) Kilauea Point
ID: 6982AF24B000021Type: 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)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration's Central Federal Lands Division, is seeking contractors for the HI FLAP CR562(1) project at Kilauea Point in Hawaii. The project aims to enhance access for pedestrians and bicyclists along Kolo Road and Kilauea Road (Route 562) by installing sidewalks, rehabilitating existing pavement, and constructing safety features such as guardrails and mini-roundabouts. This initiative is crucial for improving visitor access to the Kilauea Point National Wildlife Refuge, which is vital for wildlife conservation and public enjoyment. Interested contractors should note that the project is anticipated to be advertised in October 2024, with an estimated cost range between $10 million and $20 million, and can contact Stephanie Navarro at cflcontracts@dot.gov or Ryan Phillips at cflacquisitions@dot.gov for further information.

    Point(s) of Contact
    Stephanie Navarro
    cflcontracts@dot.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, reflecting the government's commitment to maintaining historical landmarks while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost between $1 million and $5 million, and can direct inquiries to Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The MT FLAP VALLEY 20(1) project is a substantial federal contract opportunity, seeking a contractor to undertake extensive roadway improvements on Duck Creek Road in Valley County, Montana. The primary goal is to enhance the safety and functionality of this 4.85-mile stretch of road, approximately 16 miles southeast of Glasgow, Montana. This project involves a comprehensive scope of work, encompassing asphalt and aggregate surfacing, drainage enhancements, and extensive earthwork, including clearing, grubbing, and excavation. The contractor will undertake roadway reconditioning, stabilization, and asphalt work, alongside culvert and drain installations. Traffic control measures, construction surveying, and quality assurance are also part of the requirements. With an estimated price range of $2 to $5 million, the project is tentatively scheduled for solicitation in the summer of 2024 and aims to be completed by fall 2025. The federal highway administration is seeking a capable contractor to deliver these vital improvements, ensuring a high standard of workmanship and compliance with specified quantities and standards. Interested parties should keep watch on the System for Award Management (SAM) website, as highlighted in the QA07-30-2024.pdf file, to access the full details of this upcoming opportunity. The files associated with this project emphasize the significance of the roadway upgrades and provide a thorough overview of the work segments, while also guiding prospective bidders on the necessary steps to stay informed and eventually apply. Eligible bidders are advised to closely monitor the SAM website for the release of further details, as this contract opportunity is expected to be solicited as full and open. According to the provided information, there are no specific eligibility criteria or certifications required, but experience in highway construction and earthwork projects would likely be advantageous. For any clarifications or further information, interested parties can contact the primary contact point: Contracts G. Office, wfl.contracts@dot.gov, 3606197520.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    UT FLAP SLA 10(1) Mill Creek Canyon Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Mill Creek Canyon Road project in Utah, designated as UT FLAP SLA 10(1). The project aims to enhance safety and access to recreational areas within the Uinta-Wasatch-Cache National Forest by reconstructing and widening approximately 4.5 miles of Mill Creek Canyon Road, along with improving parking and trailhead facilities. This initiative is crucial for preserving natural resources while providing better access to outdoor recreational opportunities in the region. Interested parties should note that the estimated project cost ranges from $20 million to $30 million, with a pre-bid site visit scheduled for October 8, 2024, and contract award anticipated in October 2024. For further inquiries, contact Kelly Palmer at cflacquisitions@dot.gov or Leslie Karsten at CflContracts@dot.gov.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP Douglas 251(1) project, which involves access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails a firm-fixed-price construction contract focused on earthwork, aggregate, drainage, surfacing, precast concrete block walls, and guardrail installation over a total length of 1.3 miles, including the relocation of an Off-Highway Vehicle (OHV) route. This initiative is crucial for enhancing access and safety within the recreation area, with an estimated project cost ranging from $2 million to $5 million. Interested parties must respond to the sources sought notice by submitting the required MS Form by September 26, 2024, at 1400 PT, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    NV FLAP 400(1), Logandale Trails Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NV FLAP 400(1) Logandale Trails Access Road project in Clark County, Nevada. This project involves the construction of approximately 3 miles of roadway, including grading, widening, asphalt paving, and drainage improvements, aimed at enhancing access to the Logandale Trails trailhead. The initiative is part of federal efforts to improve infrastructure and accessibility to recreational areas while ensuring compliance with safety and environmental standards. Bids are due by September 19, 2024, at 2:00 p.m. local time, with an estimated project cost ranging from $10 million to $20 million. Interested contractors can contact cflacquisitions@dot.gov for further information.
    US Virgin Island Veterans Drive - VI DPC A34(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified prime contractors for the US Virgin Island Veterans Drive Project (VI DPC A34(1)) in St. Thomas. The project aims to widen and reconstruct Veterans Drive into a continuous four-lane roadway, enhancing safety for both pedestrians and vehicles, while also improving drainage and landscaping along the route. This infrastructure enhancement is critical for the local community, with an estimated project cost between $80 million and $90 million, and a contract award anticipated no earlier than April 2025. Interested contractors must submit their qualifications and relevant experience by September 24, 2024, to Ms. Rubrena Johnson at eflhd.contracts@dot.gov.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    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.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.