Rock Creek Park
ID: 693C73-25-R-000051Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, 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, is soliciting proposals for the replacement of the Edgewater Stable Access Bridge in Rock Creek Park, Washington, D.C. The project involves replacing the bridge deck, rail, and curbs, reconstructing bridge approaches, and repairing existing bioretention facilities, with an estimated construction cost ranging from $2 million to $5 million. This initiative is crucial for maintaining infrastructure integrity and ensuring public safety, as the current bridge has been assessed to be in poor condition. Proposals are due by June 3, 2025, and interested contractors must submit their qualifications and comply with socioeconomic requirements, including small business participation. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Eastern Federal Lands Highway Division provides a form for prospective Offerors to outline their qualifications for a federal project, specifically targeted at Rock Creek Park under Solicitation No. 693C73-25-R-000051. Offerors must complete this form, detailing their business information, organizational type, size, history, and key personnel, including resumes. They must list active contracts and major projects completed in the past five years, addressing any unresolved legal claims or contract terminations. The form also inquires about subcontracting work, debarment history, and certifications affirming the accuracy of the provided information. This document aims to assess the capabilities and readiness of bidders for federal projects, ensuring compliance with regulations and fostering transparency in the bidding process. Prospective Offerors must submit the completed form by the specified deadline to be considered for the contract.
    The document is an amendment to the solicitation for Project NP ROCR 910(1), which involves the replacement of the Edgewater Stable Access Bridge by the U.S. Department of Transportation's Federal Highway Administration. The amendment addresses key updates, including providing answers to contractor inquiries, revised plan sheets, amendments to contract requirements, and the extension of the proposal submission deadline to June 3, 2025. Key responses clarify various aspects such as the necessity for a LUP Permit, policies regarding liquidated damages, and contractor responsibilities for existing structures during construction. The amendment also includes a blank Past Performance Questionnaire for contractors to submit evaluations of their work, emphasizing transparency and accountability in past project performance. Changes to special contract requirements and plan sheets are highlighted, ensuring compliance with environmental regulations. Overall, this amendment serves to refine and clarify project expectations, enhance communication with potential bidders, and ensure a thorough understanding of contractual obligations and project specifications as contractors prepare their proposals. The filing emphasizes the government's commitment to maintaining rigorous project standards while facilitating a transparent bidding process.
    The document is an amendment to the solicitation for the Replacement of Edgewater Stable Access Bridge (Project NP ROCR 910(1)) issued by the U.S. Department of Transportation's Federal Highway Administration. The amendment addresses responses to questions posed by prospective bidders, clarifying various technical and procedural details. The due date for proposals remains set for June 3, 2025, at 2:00 pm EDT. Key clarifications include the following: the construction of a temporary bridge on the existing site is not permitted; contractors are responsible for extending any necessary permits; and alternative methods for submitting past performance evaluations are allowed, provided they meet stipulated requirements. The amendment emphasizes maintaining compliance with various regulations during the bidding process, aiming to ensure clarity and facilitate a successful procurement process.
    The Edgewater Stable Access Bridge Inspection Report, conducted by the Federal Highway Administration on December 18, 2024, reveals that Structure No. 3450-033P is in poor overall condition. The assessment identifies significant deterioration issues, including longitudinal cracking of box beams, spalling, delamination, and exposed corrosion. Noteworthy problems include erosion of the abutment slope, which has compromised the structural integrity. The bridge is recommended for replacement in the near future under Project ROCR-BMS-910(1), with estimated costs amounting to approximately $3,005,000. Immediate maintenance actions include vegetation trimming at an estimated $5,000. The inspection rated the maintenance priority as "B - Major," indicating serious deficiencies that necessitate frequent monitoring. The report serves as a critical document for future government funding requests aimed at infrastructure rehabilitation, ensuring public safety, and maintaining the structural soundness of vital transportation networks. The findings underscore urgent needs for repair and replacement, aligning with grant and RFP contexts focused on infrastructure improvements and public safety in transportation systems.
    The document is a NEPA Categorical Exclusion Form concerning the proposed reconstruction of the Edgewater Stables Access Bridge in Rock Creek Park, Washington, D.C. The Eastern Federal Lands Highway Division, collaborating with the National Park Service, plans to replace the existing bridge while complying with environmental regulations. This project, categorized under 23 CFR 771.117 (c)(28), involves removing current bridge components and constructing a new two-span bridge with additional erosion control measures and stormwater management. The environmental assessments indicate no adverse effects on threatened species like the Northern Long-eared Bat, and the project aligns with Section 106 of the National Historic Preservation Act as it will not affect historic properties. All necessary coordination with relevant agencies has been completed and documented. The form concludes with the Environmental Protection Specialist and the Environmental Team Leader categorically excluding the project from further NEPA analysis, stating it meets the criteria for a categorical exclusion under the relevant federal regulations. Overall, the document emphasizes the project's compliance with environmental standards while aiming to enhance local infrastructure.
    The document outlines the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, denoted as FP-14, issued by the U.S. Department of Transportation’s Federal Highway Administration. These specifications are mandatory for contracts involving federal highway projects and include both U.S. Customary and Metric units of measurement. Compliance with the supplementary regulations, specifically the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR), is integral to the contract process. Key sections cover the general requirements for bid preparation, contract execution, dispute resolution, and control of work. It emphasizes responsibilities of the contracting officer, processes for bid guarantees and guarantees from sureties, and proper documentation through project phases, including as-built drawings. Specific provisions also detail requirements for contractor qualifications and project management methods aimed at ensuring effective project delivery. The document serves to standardize procedures and expectations, aiming to foster clarity in the execution and management of federal highway construction projects while maintaining safety and quality standards. These specifications are crucial for entities responding to government RFPs, applicable to federal grants and state and local RFPs, underpinning the federal commitment to infrastructure development and public safety.
    The Soils and Foundation Report No. 04-21 evaluates the subsurface conditions for the replacement of the Edgewater Stable Access Bridge in Rock Creek National Park, Washington, DC. It details the existing three-span bridge’s inadequacies, necessitating replacement with a new two-span structure. The report outlines the geological context, which includes predominantly Actinolite schist, subsurface exploration methods employed, and the findings of soil and rock testing. Laboratory results indicate varying soil classifications and physical properties that influence design choices for foundation support. Recommendations include using deep foundation systems of drilled shafts socketed into bedrock to accommodate anticipated structural loads and mitigate scour risks. The analysis concludes with design considerations for seismic resistance, lateral load effects, and safety protocols. This document serves critical purposes in informing the engineering approach, ensuring compliance with safety standards during the project's execution, and guiding future developments related to federal infrastructure. Its meticulous detailing reflects the importance of geotechnical assessments in securing durable and safe structures.
    The U.S. Department of the Interior is undertaking a project to replace the Edgewater Stable Access Bridge within Rock Creek Park, designated as Structure No. 3450-033P. This project, developed by the Eastern Federal Lands Highway Division, aims to improve the bridge's structure, including the deck, rail, and curbs, along with reconstructing the existing approaches. Key construction aspects include the implementation of erosion and sediment control measures, plans for traffic management, and adherence to federal specifications concerning bridge and road construction. The project is approximately 0.04 miles in length, encompassing various environmental protection strategies such as stabilizing soil, preserving existing vegetation, and ensuring proper runoff management to protect the Potomac River. Detailed erosion control narratives outline the stages of construction, maintenance procedures, and emergency response protocols for erosion management. Overall, the initiative exemplifies the federal commitment to infrastructure improvement while prioritizing environmental conservation and safety during construction. The project plans and specifications reflect rigorous standards and the necessary preparations for successful completion by December 2024.
    The document outlines a Request for Proposal (RFP) for the replacement of the Edgewater Stable Access Bridge in Rock Creek Park, Washington, D.C. The project includes replacing the bridge deck, rail, curbs, and reconstructing bridge approaches, alongside repairing bioretention facilities, with an estimated construction cost of $2 million to $5 million. The RFP specifies a two-step proposal process requiring a Technical Proposal and a Price Proposal from contractors. Evaluation criteria include planned approaches to construction, prior experience, and past performance. The selection process uses a Best Value Trade-off method balancing technical merit with cost. A performance period of 595 calendar days is anticipated, commencing post-approval of bonds. Proposals must be electronically submitted, and compliance with socioeconomic requirements regarding small business utilization is emphasized. The document serves to solicit bids while ensuring all regulatory standards and safety measures are adhered to, demonstrating the government's commitment to maintaining infrastructure within federal guidelines.
    The FHWA Subcontracting Plan Template provides guidelines for bidders or offerors on establishing subcontracting goals for government contracts. It outlines requirements for detailing total planned subcontracted amounts and emphasizing participation from various small business categories, including Veterans Owned, Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Businesses, and Women-Owned Small Businesses. The template requires bidders to justify any goals set lower than specified percentages in these categories and details the submission of plans and reports to ensure compliance with federal standards. It also mandates the identification of potential subcontract sources, administration procedures for subcontracting programs, and efforts to promote equitable competition among small businesses. The document emphasizes the importance of including terms that ensure small businesses are paid punctually and outlines the existing federal regulations that govern these practices, thereby supporting the federal government's commitment to integrating small business participation into contracts.
    The Rock Creek Park project, identified as NP ROCR 910(1) with Solicitation Number 693C73-25-R-000051, in Washington, D.C., seeks proposals for the replacement of the Edgewater Stable Access Bridge deck and related reconstruction tasks. This initiative includes the repair of bioretention facilities, estimating costs between $2 million and $5 million, pending permits. RFP documentation is to be available around April 16, 2025, and submissions will require demonstrable experience in similar projects. Interested vendors must register on www.sam.gov to access documents and submit their proposals, as mailing will no longer be an option. Important registration requirements include compliance with Federal Acquisition Regulations and a subcontracting plan for larger firms, emphasizing participation from small businesses and various designated categories. The process will not include a public bid opening, ensuring confidentiality in proposal reviews. This RFP reflects the government’s commitment to infrastructure improvements while promoting small business engagement in federally funded projects.
    The Federal Contractor Veterans’ Employment Report (VETS-4212) is a mandatory filing for nonexempt federal contractors and subcontractors with contracts exceeding $150,000. This report, required annually by September 30, aims to collect data on the employment of protected veterans in various job categories. Contractors must report on the total number of employees and new hires who qualify as protected veterans, including specifics for each job category. The document outlines who must file, the filing process, and the definitions of fundamental terms such as ‘protected veteran’ and ‘employee.’ Reporting entities may file electronically or via paper, with multi-establishment employers required to submit separate reports for locations with 50 or more employees. It emphasizes adherence to the requirements set by Title 38 of the U.S. Code, which mandates affirmative action to ensure equal employment opportunities for veterans. The report’s structure includes company identification information, employee statistics, and a mechanics of preparation and submission procedures. Keeping a record of the submitted report for three years is also mandatory, thereby ensuring accountability and compliance within federal contracting initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Rock Creek Park
    Currently viewing
    Presolicitation
    Similar Opportunities
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WA ERFO NPS OLYM 2022-1(3), OLYMPIC NPS ERFO REPAIRS 2022 Road 107
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the WA ERFO NPS OLYM 2022-1(3) project, which involves bank stabilization and road repairs on Upper Hoh Road in Jefferson County, Washington. The project encompasses approximately 0.12 miles of construction work, including the installation of riprap, engineered log jams with dolosse, and various erosion control measures to enhance environmental stability. This initiative is crucial for maintaining the integrity of the roadway and protecting the surrounding ecosystem, with an estimated contract value between $2,000,000 and $5,000,000. Interested contractors should prepare for a tentative solicitation release in Spring 2026 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Transportation, Department Of
    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.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact 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
    Transportation, Department Of
    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.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    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.
    WA NP OLYM 115(1), Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the "Repair Storm Damage on Mora Road" project located in Olympic National Park, Clallam County, Washington. This total small business set-aside opportunity involves repairing approximately 0.1 miles of road, including tasks such as mobilization, construction surveying, erosion control, and the installation of environmental design elements like log barriers and fish passage boulders. The project is crucial for restoring and stabilizing Mora Road while ensuring environmental protection and traffic safety. Bidders must submit printed copies of their proposals, with an estimated project cost between $2 million and $5 million, and a completion date set for October 29, 2026. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.