WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022
ID: 69056725B000016Type: 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 Department of Transportation, specifically the Federal Highway Administration, is seeking bids for the WA ERFO FS OLYMP609 2022-1(1) project, which involves emergency repairs to federal roads in the Olympic National Forest, Washington. The project aims to restore damaged road sections along Forest Roads 2900 and 2922, primarily due to severe weather events, and includes specific requirements for construction materials and methods, such as the prohibition of aluminized steel pipe and metal headwall systems. This initiative is crucial for maintaining access and safety in federally owned lands, ensuring compliance with environmental standards and engineering specifications. Interested small businesses must submit their bids by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.

    Point(s) of Contact
    Files
    Title
    Posted
    The Horizontal Alignment Review Report, dated July 17, 2025, details the geometric specifications for two baseline alignments, ALI_FSR_2900-11.1 and ALI_FSR_2900-070, crucial for federal government RFP and grant projects. The report provides precise stationing, northing, and easting coordinates, delineating linear and circular elements. For ALI_FSR_2900-11.1, it outlines a starting linear section, followed by a circular curve with a 155-foot radius and a 14.436-degree right delta, concluding with another linear segment. Key parameters like tangential directions, lengths, curve dimensions (e.g., chord, middle ordinate, external), and radial directions are specified. The second alignment, ALI_FSR_2900-070, is a simpler linear element. All units are in feet. This report is vital for design and construction, ensuring adherence to engineering standards and facilitating accurate project planning and execution within federal and state infrastructure initiatives.
    The Horizontal Alignment Review Report, dated July 17, 2025, details the geometric specifications for two baseline alignments, ALI_FSR_2900-11.1 and ALI_FSR_2900-070, crucial for federal government RFP and grant projects. The report provides precise stationing, northing, and easting coordinates, delineating linear and circular elements. For ALI_FSR_2900-11.1, it outlines a starting linear section, followed by a circular curve with a 155-foot radius and a 14.436-degree right delta, concluding with another linear segment. Key parameters like tangential directions, lengths, curve dimensions (e.g., chord, middle ordinate, external), and radial directions are specified. The second alignment, ALI_FSR_2900-070, is a simpler linear element. All units are in feet. This report is vital for design and construction, ensuring adherence to engineering standards and facilitating accurate project planning and execution within federal and state infrastructure initiatives.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the geometric characteristics of a project named "Design IntlFt," last revised on July 17, 2025. The reports specifically outline the horizontal and vertical alignments for "ALI_STREAM_2900-11.1" and "PRO_STREAM_2900-11.1," respectively. The horizontal alignment report provides a series of linear elements with their corresponding stations, Northings, Eastings, tangential directions, and lengths, describing a path with varying directional changes. The vertical alignment report details a single linear element from station 450+00.003 to 451+01.752, showing a consistent downward grade of -12.000% over a length of 101.749 feet, with corresponding elevations. Both reports use feet as the unit of measurement and adhere to an "Alignment\\Baseline" style. This documentation is crucial for understanding the precise layout and elevation changes within the project, likely for construction or infrastructure development within a government RFP context.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the geometric characteristics of a project named "Design IntlFt," last revised on July 17, 2025. The reports specifically outline the horizontal and vertical alignments for "ALI_STREAM_2900-11.1" and "PRO_STREAM_2900-11.1," respectively. The horizontal alignment report provides a series of linear elements with their corresponding stations, Northings, Eastings, tangential directions, and lengths, describing a path with varying directional changes. The vertical alignment report details a single linear element from station 450+00.003 to 451+01.752, showing a consistent downward grade of -12.000% over a length of 101.749 feet, with corresponding elevations. Both reports use feet as the unit of measurement and adhere to an "Alignment\\Baseline" style. This documentation is crucial for understanding the precise layout and elevation changes within the project, likely for construction or infrastructure development within a government RFP context.
    The provided government file, a "Horizontal Alignment Review Report" and a "Vertical Alignment Review Report," details the design specifications for a project named "Design IntlFt" with alignment ALI_FSR_2900-2.8 and PRO_FSR_2900-2.8. The reports, created on July 16, 2025, outline the geometric characteristics of a roadway or similar infrastructure project in feet. The horizontal alignment includes linear and circular elements with specific stationing, coordinates (Northing and Easting), tangential directions, lengths, radii, and curvature details. The vertical alignment report provides stationing, elevations, tangent grades, and symmetrical parabola elements, including entrance and exit grades and lengths. Both reports provide comprehensive data points essential for the engineering and construction phases of the project, ensuring adherence to design standards and facilitating proper implementation.
    The provided government file, a "Horizontal Alignment Review Report" and a "Vertical Alignment Review Report," details the design specifications for a project named "Design IntlFt" with alignment ALI_FSR_2900-2.8 and PRO_FSR_2900-2.8. The reports, created on July 16, 2025, outline the geometric characteristics of a roadway or similar infrastructure project in feet. The horizontal alignment includes linear and circular elements with specific stationing, coordinates (Northing and Easting), tangential directions, lengths, radii, and curvature details. The vertical alignment report provides stationing, elevations, tangent grades, and symmetrical parabola elements, including entrance and exit grades and lengths. Both reports provide comprehensive data points essential for the engineering and construction phases of the project, ensuring adherence to design standards and facilitating proper implementation.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" for the "Design IntlFt" project, created on July 16, 2025, detail the alignment specifications for "ALI_FSR_2900-3.1." The horizontal alignment, described as a baseline, spans from station 210+06.706 to 212+06.706, covering a tangential length of 200.000 feet with a direction of N78.278°E. The vertical alignment, also a baseline, ranges from station 210+77.088 to 211+44.389, showing a tangent grade of -0.996% over a length of 67.301 feet. Both reports use feet as the standard unit of measurement. These reports provide precise engineering data for the "wa-ef-olymp2022-1-1_2900-3.1_ali.dgn" file, crucial for construction and infrastructure development planning in government projects.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" for the "Design IntlFt" project, created on July 16, 2025, detail the alignment specifications for "ALI_FSR_2900-3.1." The horizontal alignment, described as a baseline, spans from station 210+06.706 to 212+06.706, covering a tangential length of 200.000 feet with a direction of N78.278°E. The vertical alignment, also a baseline, ranges from station 210+77.088 to 211+44.389, showing a tangent grade of -0.996% over a length of 67.301 feet. Both reports use feet as the standard unit of measurement. These reports provide precise engineering data for the "wa-ef-olymp2022-1-1_2900-3.1_ali.dgn" file, crucial for construction and infrastructure development planning in government projects.
    The provided government file,
    The provided government file,
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the design specifications for a project titled "Design IntlFt." The horizontal alignment, named ALI_FSR_2900-33.9, describes a path starting with a linear segment, transitioning into a circular curve with a 75.000-foot radius, and concluding with another linear segment. Key data points include stationing, northing, easting, tangential directions, and lengths for each element. The vertical alignment, named BL, outlines the elevation changes along the path. It begins with a linear segment, followed by a symmetrical parabola, and finishes with another linear segment. This report provides critical engineering data for the alignment, including grades, lengths, and parabolic curve parameters, essential for construction and design validation in federal infrastructure projects.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" detail the design specifications for a project titled "Design IntlFt." The horizontal alignment, named ALI_FSR_2900-33.9, describes a path starting with a linear segment, transitioning into a circular curve with a 75.000-foot radius, and concluding with another linear segment. Key data points include stationing, northing, easting, tangential directions, and lengths for each element. The vertical alignment, named BL, outlines the elevation changes along the path. It begins with a linear segment, followed by a symmetrical parabola, and finishes with another linear segment. This report provides critical engineering data for the alignment, including grades, lengths, and parabolic curve parameters, essential for construction and design validation in federal infrastructure projects.
    The document, generated on July 16, 2025, details the horizontal and vertical alignment specifications for the "Design IntlFt" project, specifically for the ALI_FSR_2900-7.5 and PRO_FSR_2900-7.5 alignments. The Horizontal Alignment Review Report outlines a path starting at station 300+00.000, progressing through a linear segment, followed by a circular curve with a 2000-foot radius and a 1.699° right delta, and concluding with another linear segment to station 300+79.983. Key data includes northing, easting, tangential directions, lengths, and curve parameters like radius, delta, and chord. The Vertical Alignment Review Report provides elevation details for the same alignment, starting at an elevation of 395.438 feet at station 300+00.000. It includes a linear segment, a symmetrical parabola with a length of 50.000 feet, and concludes with another linear segment at station 300+79.983 with an elevation of 397.054 feet. This report specifies tangent grades, lengths, and parabolic curve parameters like entrance and exit grades, r-value, and K-value. All units within both reports are in feet.
    The document, generated on July 16, 2025, details the horizontal and vertical alignment specifications for the "Design IntlFt" project, specifically for the ALI_FSR_2900-7.5 and PRO_FSR_2900-7.5 alignments. The Horizontal Alignment Review Report outlines a path starting at station 300+00.000, progressing through a linear segment, followed by a circular curve with a 2000-foot radius and a 1.699° right delta, and concluding with another linear segment to station 300+79.983. Key data includes northing, easting, tangential directions, lengths, and curve parameters like radius, delta, and chord. The Vertical Alignment Review Report provides elevation details for the same alignment, starting at an elevation of 395.438 feet at station 300+00.000. It includes a linear segment, a symmetrical parabola with a length of 50.000 feet, and concludes with another linear segment at station 300+79.983 with an elevation of 397.054 feet. This report specifies tangent grades, lengths, and parabolic curve parameters like entrance and exit grades, r-value, and K-value. All units within both reports are in feet.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" for the "Design IntlFt" project, generated on July 16, 2025, detail the geometric characteristics of the ALI_FSR_7.55 alignment. The horizontal report outlines linear and circular elements, including stationing, northing, easting, tangential directions, lengths, radii, and curvature data. The vertical report provides detailed elevation data for three vertical alignments (BL2, BL1, and BL), specifying stationing, elevation, tangent grades, and tangent lengths. All units are in feet. These reports are critical for infrastructure design, construction, and compliance, offering precise data for project planning and execution.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" for the "Design IntlFt" project, generated on July 16, 2025, detail the geometric characteristics of the ALI_FSR_7.55 alignment. The horizontal report outlines linear and circular elements, including stationing, northing, easting, tangential directions, lengths, radii, and curvature data. The vertical report provides detailed elevation data for three vertical alignments (BL2, BL1, and BL), specifying stationing, elevation, tangent grades, and tangent lengths. All units are in feet. These reports are critical for infrastructure design, construction, and compliance, offering precise data for project planning and execution.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" provide detailed engineering specifications for the "Design IntlFt" project, specifically for alignment ALI_FSR_2922-5.1 and vertical alignment PRO_FSR_2922-5.1. The horizontal report outlines linear and circular elements with precise stationing, northing, easting, tangential directions, lengths, radii, and curve data. The vertical report details linear and symmetrical parabola elements, including stationing, elevations, tangent grades, lengths, and parabolic curve parameters. Both reports, generated on July 17, 2025, are crucial for federal, state, or local RFPs requiring infrastructure design and construction, ensuring adherence to design standards and facilitating project implementation by providing exact geometric data for the alignment.
    The "Horizontal Alignment Review Report" and "Vertical Alignment Review Report" provide detailed engineering specifications for the "Design IntlFt" project, specifically for alignment ALI_FSR_2922-5.1 and vertical alignment PRO_FSR_2922-5.1. The horizontal report outlines linear and circular elements with precise stationing, northing, easting, tangential directions, lengths, radii, and curve data. The vertical report details linear and symmetrical parabola elements, including stationing, elevations, tangent grades, lengths, and parabolic curve parameters. Both reports, generated on July 17, 2025, are crucial for federal, state, or local RFPs requiring infrastructure design and construction, ensuring adherence to design standards and facilitating project implementation by providing exact geometric data for the alignment.
    The WA ERFO FS OLYMP609 2022-1(1) project outlines essential Emergency Relief for Federally Owned (ERFO) repairs across nine sites within the Olympic National Forest in Clallam County, Washington. This federal government RFP details comprehensive work, including drainage, slope stabilization, reinforced soil slopes, special rock embankment, and pavement repairs over 0.35 miles. Key project components involve extensive earthwork (e.g., clearing, grubbing, excavation), slope reinforcement (e.g., riprap, reinforced soil slopes), aggregate and base courses, asphalt paving, and incidental construction such as culvert installations and temporary traffic control. The project, with an estimated price range of $2 million to $5 million, has a tentative solicitation date in Fall 2025 and a tentative completion date in Fall 2026, aiming to restore critical infrastructure damaged in the Olympic National Forest.
    The document,
    The Olympic FS ERFO Repairs 2022 project addresses technical questions regarding drainage and headwall systems. The project specifically disallows aluminized steel pipe and metal headwall systems, as confirmed by the Tabulation of Drainage Quantities, Sheet L.1. Additionally, inquiries about unopenable HTML files within the project's zip archives on SAM.gov were addressed by directing users to the Special Contract Requirement, Section 102.02A, for file descriptions and recommending an open-source XML viewer for the XML files. This clarifies material specifications and provides guidance for accessing crucial project documentation.
    The U.S. Department of Agriculture – Forest Service Bridge Use Application and Permit is a federal document used to regulate the use of bridges within national forests. It requires applicants to provide detailed information about their reason for travel, such as timber sales or construction contracts, desired travel dates and routes, and comprehensive vehicle specifications including type, weight, dimensions, and axle configurations. The permit process involves recommendations from the Forest Bridge Inspection Program Manager and the Regional Bridge Engineer, and final approval by the Forest Supervisor, ensuring that bridge use adheres to regulations 36 CFR 261.12 and 261.54(c) and that safety and structural integrity are maintained. This document is crucial for managing and controlling access to forest infrastructure.
    The document outlines the process for transferring Survey Control point lists from Excel to an Excel plan sheet for federal government projects, specifically referencing NPS PMIS and drawing numbers. It details common sheet information, data location, and formatting requirements, including header rows and data columns. The file also provides instructions for adding extra sheets and notes on project numbers and NPS fields. Key project details such as 'WA ERFO FS OLYMP 609 2022-1(1)' and 'Olympic FS Erfo Repairs 2022' are mentioned, alongside coordinate system specifications like 'Washington North SPCS NAD83 2011' and 'NAVD88 GEOID18' for vertical datum. It includes a table with point numbers, state plane coordinates (North, East, Elevation), geo coordinates (Latitude, Longitude), ellipsoid height, combined factor, and descriptions for survey control points, emphasizing the use of 'International Foot' as project units. The document also provides a note on checking distances between points using state plane coordinates and combined factors.
    The Western Federal Lands Highway Division's Geotechnical Memo GM1424 provides final recommendations for the Olympic National Forest ERFO Repairs 2022 project, addressing nine sites in Clallam County, Washington. These sites sustained damage from severe rain-on-snow events in late 2021. The project aims to restore damaged road sections, primarily along Forest Roads 2900 and 2922, to their original condition under the Emergency Relief for Federally Owned Roads (ERFO) program. The memo details site-specific conditions, geological interpretations, and recommendations for design and construction, including culvert replacements, reinforced soil slopes, and special rock embankments. It also highlights the need to address debris flows and rockfall hazards. The document stresses the importance of WFLHD's cross-functional team collaboration and adherence to engineering and environmental standards. The project’s scope includes engineering, environmental studies, and construction contract administration, with materials and waste sites to be sourced by the contractor.
    The document outlines the "WA ERFO FS OLYMP609 2022-1(1)" project, focusing on emergency relief for federal lands in the Olympic region. It includes a comprehensive sheet index, abbreviations, and plan symbols for various construction elements and utilities. The project involves multiple sites (e.g., 2900-2.8, 2900-3.1, 2900-7.5) with detailed location maps and survey control coordinates. A significant portion of the document is dedicated to a summary of quantities for various pay items, including mobilization, erosion control, clearing, excavation, riprap, roadway aggregates, asphalt pavement, pipe culverts, and underdrain systems. It also provides typical section details for roads and streams at different sites, specifying construction limits, pavement depths, and safety edge requirements. Specific attention is given to drainage quantities and protective apron dimensions for culvert outlets, along with fill height and metal thickness tables for metal pipe culverts. The project emphasizes soil erosion and sediment control measures.
    The Stormwater Pollution Prevention Plan (SWPPP) for the Olympic National Forest ERFO Repairs 2022 project outlines the requirements for managing stormwater discharges during construction activities. This project, undertaken by the Federal Highway Administration, addresses damage to roads in the Olympic National Forest caused by heavy rainfall in late 2022. The SWPPP details the project information, including multiple repair sites along Forest Road 2900 and 2922, with an estimated start date of February 23, 2026, and completion by November 27, 2026. Key elements of the plan include procedures for erosion and sediment control, pollution prevention, inspections, and corrective actions. The document emphasizes compliance with the EPA's 2022 Construction General Permit (CGP), particularly regarding buffer requirements, endangered species protection, historic preservation, and Safe Drinking Water Act regulations. It also lists pollutant-generating activities like clearing, grubbing, excavation, grading, and equipment maintenance, specifying associated pollutants. The project site encompasses multiple locations over 0.35 miles, with a total disturbed area of 2.0 acres and a maximum of 1 acre disturbed at any one time. The plan includes detailed tabs for various aspects, from narrative and permits to inspection reports and hazardous spill plans.
    The Western Federal Lands Highway Division (WFLHD) outlines its procedures for definitizing equitable adjustments for change orders under construction contracts, as mandated by FAR 36.211. This document clarifies that there are no agency-specific additional policies beyond the standard FAR definitions for change orders. It also provides a three-fiscal-year historical data set (FY 2021-2023) detailing the time taken to definitize these adjustments after receiving an adequate proposal. The data is categorized by timeframes, ranging from 0 to 30 days to 366 or more days, and includes cases where definitization occurred after contract performance. This information is crucial for understanding the agency's past performance in contract administration and ensuring transparency in federal construction contracts.
    Similar Opportunities
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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.
    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.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/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.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    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 WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1) projects, which involve improvements and stabilization of Hawk Creek Road located 30 miles northwest of Davenport, Washington. The scope of work includes earthwork, grading, paving, drainage, soil nail retaining walls, and guardrail installation over a 0.68-mile stretch, aimed at enhancing access to the Lake Roosevelt National Recreation Area. This project is significant for improving infrastructure and safety in the region, with an estimated contract value between $5 and $10 million and a tentative completion date set for Summer/Fall 2026. Interested bidders should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details, and are encouraged to monitor www.sam.gov for solicitation documents expected to be released in Fall 2025.
    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.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, 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 inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    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.