TX FLAP UV CR203(1) Fish Hatchery Road
ID: 6982AF25B000022Type: Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction and widening of 0.71 miles of Fish Hatchery Road (CR203) in Uvalde, Texas. The project aims to enhance access to the Uvalde National Fish Hatchery by widening the roadway from 15 feet to 24 feet, improving drainage, and incorporating necessary infrastructure such as culverts, signage, and pavement markings. This initiative is crucial for ensuring safe and efficient transportation to the hatchery and surrounding properties. Interested small businesses must submit their bids by November 13, 2025, at 2:00 p.m. local time, and can direct inquiries to Eric Grosskreuz or Leslie Karsten via email at cflcontracts@dot.gov.

    Point(s) of Contact
    Eric Grosskreuz
    cflcontracts@dot.gov
    Leslie Karsten
    CFLContracts@dot.gov
    Files
    Title
    Posted
    Shannon & Wilson, Inc. prepared a Pavement Design Report for the TX FLAP UV CR203(1) Fish Hatchery Road in Uvalde, Texas, for HDR Engineering, Inc. The project involves reconstructing and widening CR 203 from a narrow single-lane to 24 feet, including drainage improvements. The report details subsurface explorations, laboratory testing, and pavement design recommendations, focusing on mitigating expansive soils, traffic loading analysis, and subgrade conditions. Recommended pavement sections include full-depth Asphalt Concrete Pavement (ACP), ACP over full depth reclamation (FDR) with cement, or ACP over cement-treated subgrade (CTS). The report also addresses corrosive soil conditions and outlines construction and material specifications, emphasizing proper subgrade preparation, fill placement, proof-rolling, and paving materials to ensure long-term performance and minimize maintenance.
    The TX FLAP UV CR203(1) Fish Hatchery Road project involves rehabilitating 0.71 miles of County Road (CR) 203, widening it from 17 to 24 feet, and improving drainage. This includes replacing two existing culverts to meet Federal Highway Administration (FHWA) standards. Hydrologic analysis used Rational, USGS Regression, and TR-55 SCS methods, with a 25-year storm design. Culvert 48+33, with a 4 cfs design flow, will be replaced with a 24-inch equivalent culvert due to deterioration. Culvert 24+84, with a 1,025 cfs design flow, will be upgraded to a 36-inch culvert, necessitating a raised roadway profile. The project also introduces trapezoidal roadside ditches to manage water runoff. Overall, the improvements aim to enhance drainage and road infrastructure while maintaining existing drainage patterns within site constraints.
    This addendum to the October 4, 2024, pavement design report for the Fish Hatchery Road reconstruction in Uvalde, Texas, addresses modifications based on discussions with the design team. The primary change involves raising the proposed access road grades to accommodate drainage swales, which are critical for long-term pavement performance, especially with expansive subgrade soils. Exhibit 1 illustrates the new 24-foot-wide roadway cross-section with drainage swales, ensuring free drainage for the crushed aggregate base (CAB) layer. The report provides revised pavement recommendations (Exhibit 2), including four alternatives, with Alternative 4 (3 inches of Asphalt Concrete Pavement overlying 7 inches of Composite CAB, Full Depth Reclamation, or ACP Millings) being the preferred choice due to Central Federal Lands' preference for reusing existing materials. This alternative requires the drainage swales. The addendum also details the flexible pavement design worksheet, outlining parameters such as pavement design life, traffic loading, serviceability, subgrade resilient modulus, reliability, and required structural numbers for Alternative 4. The original report's opinions and limitations remain applicable unless superseded herein.
    The Invitation for Bid (IFB) Solicitation Number 6982AF25B000022 is a small business set-aside for the reconstruction and widening of 0.71 miles of Fish Hatchery Road (CR203) in Uvalde, Texas. This project, valued between $700,000 and $2,000,000, includes asphalt paving, drainage improvements, signing, and pavement markings to improve access to the Uvalde National Fish Hatchery. Bids are due by November 13, 2025, at 2:00 p.m. local time and must be submitted as printed copies with original signatures and corporate seals for bid bonds. Electronic bids are not accepted. The solicitation adheres to Federal Acquisition Regulations (FAR), agency supplements, and the FP-24 Standard Specifications. Bidders must be registered in SAM under NAICS 237310 (Highway, Street & Bridge Construction) and comply with all bid guarantee, bond, and reporting requirements. Technical questions must be submitted by November 6, 2025.
    This government file is an amendment (A001) to Solicitation Number 6982AF25B000022 for a roadway construction project, specifically the "TX FLAP UV CR203(1) Fish Hatchery Road" project, issued by the Federal Highway Administration, Central Federal Lands Highway Division. The amendment, dated 10/15/2025, replaces page A-1 of the original solicitation. It emphasizes that offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified hour and date (November 13, 2025, at 2:00 p.m. local time) may result in the rejection of the offer. The solicitation requires performance to begin within 10 calendar days of award and adherence to various regulations and specifications, including FAR & TAR and Department of Labor wage rates. Performance and payment bonds are required within 10 calendar days of award, and offers must provide at least 60 calendar days for Government acceptance.
    Amendment A002 to Solicitation Number 6982AF25B000022, dated October 9, 2025, for the TX FLAP UV CR203(1) project, modifies the original solicitation by replacing page B-7 with an attached updated version. This amendment, issued by the FEDERAL HIGHWAY ADMINISTRATION, CENTRAL FEDERAL LANDS HIGHWAY DIVISION, clarifies that the hour and date for receipt of offers is not extended. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge this amendment by the specified date and hour may result in the rejection of the bid. The amendment also outlines various solicitation provisions and clauses relevant to federal contracts, including those related to small business programs, responsibility matters, and the contemplation of a Firm Fixed Price contract.
    The “Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects” (FP-24) outlines the requirements for federal highway projects managed by the Federal Highway Administration. It integrates federal regulations like the FAR and TAR. The document is structured into ten divisions, covering general contract requirements, project-specific needs, construction items, and material specifications. Divisions 100-600 detail various construction activities, while Division 700 specifies material standards. The FP-24 defines key terms, abbreviations, and provides conversion factors from metric to U.S. customary units. It also details procedures for bids, awards, contract execution, control of work, and electronic documentation, including signature requirements for submissions and drawings. The document emphasizes quality control, safety, and environmental protection throughout the construction process. It also outlines the role of the Contracting Officer, their representatives, and inspectors, and includes provisions for value engineering and partnering to ensure efficient project completion.
    This document lists 12 interested vendors for government contracts, likely related to RFPs or grants. Each entry provides the vendor's name, Unique Entity ID, address, and point of contact with their email and phone number. The vendors include: ASPHALT TESTING SERVICES ATS, LLC; S&D CONSTRUCTORS, INC.; MCKENZIE CONSTRUCTION & SITE DEVELOPMENT LLC; J-M MATKIN & ASSOCIATES, LTD.; QC TESTING INC; J. CUMMINGS CONSTRUCTION LLC; SET-APART EXCAVATING & SERVICES, LLC; CONSTRUCTION SOLUTIONS GROUP, LLC; SMR CONSTRUCTION INC.; DIGG COMMERCIAL, LLC; NEW GOLD LLC; and RSA CONSTRUCTION LLC. These companies are based across various states, including Colorado, Texas, Washington D.C., Utah, Missouri, Oklahoma, and Maryland. The file serves as a directory of potential contractors for federal, state, or local government projects.
    This government file, titled "FISH HATCHERY ROAD TX FLAP UV CR203(1)," outlines the design and specifications for a roadway project. It includes detailed abbreviations, conventional plan symbols, and typical sections for approach roads, along with a comprehensive summary of estimated quantities for various construction tasks. Key elements of the project involve road construction, drainage improvements, and the installation of culverts and protective aprons. The file also specifies materials like riprap, aggregate, and asphalt concrete pavement, and details equipment and labor required. The project emphasizes adherence to engineering standards for road design, material placement, and safety features, ensuring proper construction and maintenance of the Fish Hatchery Road infrastructure.
    The provided document, an Earthwork Summary for a government project, details excavation and embankment volumes. It calculates a total roadway prism excavation of 1,013 cubic yards and identifies 338 cubic yards of material unavailable for fill, primarily due to topsoil stripping. The total excavation available for fills, after adjustments, is 675 cubic yards. Embankment requirements include 1,205 cubic yards for roadway prism fill and 321 cubic yards of various backfill materials generated onsite. The analysis reveals an excavation deficit, requiring an estimated 851 cubic yards of unclassified borrow. The summary emphasizes the use of an embankment construction pay item for 1,205 cubic yards, highlighting the need for external material to meet fill requirements.
    The document addresses a question regarding a site visit for the TX FLAP UV CR203(1) Fish Hatchery Road project, dated October 21, 2025. The answer clarifies that no site visit is scheduled for this solicitation, stating that the site is open and accessible to the public. This information is relevant for potential bidders or interested parties in federal government RFPs, federal grants, and state and local RFPs, ensuring all participants have clear guidance on site access for the project.
    The document contains questions and answers related to the TX FLAP UV CR203(1) Fish Hatchery Road project, dated October 21 and 22, 2025. Key inquiries include the absence of a scheduled site visit, with the site being publicly accessible. Additionally, a question regarding the quantity and use of polyurethane foam was addressed, clarifying that it is not required for this project, and no stabilizing/void filling under concrete is planned.
    This document compiles questions and answers from October 2025 regarding the TX FLAP UV CR203(1) Fish Hatchery Road project. Key inquiries address the absence of a site visit, the confirmation that polyurethane foam is not required for the project, and clarification on permits and project phasing flexibility (referencing SCR Subsections 107.01, 108, and 156). Other questions cover contractor responsibility for water utilities (FP-25 Section 105, Subsection 725.01(c)), compliance with Buy American Act requirements (page A-13 of solicitation), tax exemption status (FAR Clause 52.229-3), and personnel requirements for Superintendent, SSHO, and QC Manager (SCR Subsection 153.04). Further details were provided for the A0270-Blotter item (FP-24 Section 411, Subsection 703.12) and the availability of CAD files (SCR Subsection 152.04 and a OneDrive zip file in SAM.Gov).
    This document compiles questions and answers regarding the TX FLAP UV CR203(1) Fish Hatchery Road project, active from October 21 to November 6, 2025. Key inquiries cover the absence of a scheduled site visit, confirmation that polyurethane foam is not required, and directions to SCR Subsection 107.01 for permit information. The document clarifies that no specific project phasing is mandated, with contractors responsible for sourcing water. It also confirms compliance with the Buy American Act and directs to FAR Clause 52.229-3 for tax exemption details. Other questions address personnel requirements for Superintendent, SSHO, and QC Manager, asphalt mix design, pavement marking specifications, and the availability of CAD files. The document repeatedly refers to specific sections of FP-24, FP-25, SCR, and FAR clauses for detailed responses, indicating a comprehensive project with clear regulatory and technical guidelines.
    This government file, titled "Cross Section Gradebook with Northing/Easting Report," details extensive survey data for an alignment named P-BL203. The report, generated on May 13, 2025, provides precise measurements in feet for various features at incremental stations along the alignment, starting from 12+00.000 and progressing to 33+50. Each station includes data for features such as EOS_Layer1_Btm_L, ETW_Layer1_Btm_L, CL_Layer1_Btm, ETW_Layer1_Btm_R, and EOS_Layer1_Btm_R, among others. For each feature, the report lists its offset, elevation, northing, easting, and existing ground elevation, along with slope information. This data is critical for engineering, construction, or environmental projects, providing a detailed topographical and positional reference for the specified alignment.
    The "Horizontal Alignment Review Report," created on May 13, 2025, details the alignment specifications for the "Design IntlFt" project. The report outlines a precise horizontal alignment, P-BL203, which includes linear and circular elements. Key details encompass stationing, northing, easting, and tangential directions for both start and end points of each element. The circular element specifies a radius of 1850.000 feet, a delta of 29.985° Right, and a length of 968.180 feet. The report provides comprehensive geometric data for the alignment, crucial for engineering and construction planning, within the context of federal or state infrastructure projects requiring detailed design documentation.
    This government file, titled "Cross Section Gradebook with Northing/Easting Report," generated on May 13, 2025, details extensive topographical and engineering data for an alignment named P-BL203. The report presents cross-section measurements in feet, including offset, elevation, Northing, Easting, and existing ground levels, along with slope percentages at various stations from 12+00.000 to 35+30.618. Key features such as "EOS_Layer4_Btm_L," "ETW_Layer4_Btm_L," "CL_Layer4_Btm," "Ditch_Btm_Back_L," and "Slope_Stake_Cut_L/Fill_L" are consistently measured. The data transitions from predominantly "Cut_L" features to "Fill_L" features around station 22+50.000, indicating a change in the terrain or construction activity from excavation to embankment. This detailed gradebook provides critical spatial and elevation information essential for civil engineering, construction, or land management projects related to the P-BL203 alignment.
    The "Vertical Alignment Review Report," created on May 13, 2025, details the vertical alignment design for Project Design IntlFt, specifically for the P-BL203 horizontal alignment. This report outlines various linear and symmetrical parabolic elements, providing crucial data points such as station, elevation, tangent grades, lengths, and parabolic curve characteristics. Key elements like Vertical Point of Curvature (VPC), Vertical Point of Intersection (VPI), and Vertical Point of Tangency (VPT) are meticulously documented with their respective stations and elevations. The report also includes calculations for curve properties like 'r' (rate of change of grade), 'K' (horizontal distance to change 1% grade), and middle ordinates. The comprehensive data presented is essential for assessing and validating the vertical geometry of the alignment, critical for infrastructure projects that may be part of federal or state RFPs, ensuring compliance and safety in design.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NM BR AAO EL VADO HERON & EL VADO ROAD REHAB
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the NM BR AAO El Vado Heron & El Vado Road Rehabilitation project in Rio Arriba County, New Mexico. The project aims to rehabilitate approximately 5.23 miles of asphalt roadway, improve parking lot operations, and enhance drainage systems at El Vado and Heron Lake State Parks, with a focus on full-depth reclamation and asphalt concrete pavement. This Total Small Business Set-Aside opportunity has an estimated contract value between $5 million and $10 million, with bids due by December 12, 2025. Interested contractors must submit printed bids with original bid bonds and are encouraged to contact Denise Martinez at CFLAcquisitions@dot.gov for further information.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    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.
    District Freeport Harbor Placement Area No. 1 Improvements, Brazoria County, Texas
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Galveston District Office, is soliciting bids for the Freeport Harbor Placement Area No. 1 Improvements project in Brazoria County, Texas. This project, which is set aside for small businesses, involves raising containment dikes, constructing training dikes, lateral ditching, and repairing an existing outlet structure on a 324-acre site, with an estimated contract value between $5 million and $10 million and a completion timeframe of 280 calendar days. The improvements are crucial for maintaining the operational integrity of dredging facilities, which play a vital role in navigation and flood control. Interested vendors must register on sam.gov, with the solicitation expected to be released around December 2025 and responses due in January 2026; for further inquiries, contact Danelle Tate at Danelle.M.Tate@usace.army.mil or Jeremy Babb at jeremy.babb@usace.army.mil.
    WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022
    Buyer not available
    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.
    FY26 USACE HOUSTON SHIP CHANNEL TEXAS EXPANSION CHANNEL IMPROVEMENTS PROJECT, EAST 2 CLINTON DMPA IMPROVEMENTS, HARRIS COUNTY, TX
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the FY26 Houston Ship Channel Texas Expansion Channel Improvements Project, specifically focusing on the East 2 Clinton Dredged Material Placement Area (DMPA) improvements in Harris County, Texas. The project entails constructing an upland confined placement area to manage maintenance dredging materials from future dredging activities, which includes various construction tasks such as grading, drainage channel construction, erosion control, and site cleanup. This initiative is crucial for maintaining the operational efficiency and environmental compliance of the Houston Ship Channel, a vital waterway for commercial shipping. Interested contractors can reach out to Lillie Johnson at lillie.s.johnson@usace.army.mil or Jeremy Babb at Jeremy.Babb@usace.army.mil for further details regarding the solicitation process.
    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.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    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.
    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.