IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
ID: 69056725R000016Type: 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)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the "Indiana Dunes Pavement Preservation" project (NPS PMIS No. 327124) by the U.S. Department of Transportation, Federal Highway Administration, Western Federal Lands Highway Division, for the Indiana Dunes National Park. The project, prepared by K. Gray, involves resurfacing and pavement preservation across Lake, Porter, and LaPorte Counties in Indiana. It details a base project covering 5.96 miles and parking areas, with three additional options: Option X for 1.61 miles and parking, Option Y for Pinhook Bog Parking, and Option Z for 1.88 miles. The document includes detailed bid schedules, estimated quantities for various construction items like micro surfacing, crack sealing, asphalt patching, and temporary traffic control. It also provides typical sections for micro surfacing, full-depth reclamation, crack sealing, and pavement patching, along with surfacing tabulation sheets and area maps illustrating the project locations within the park. The overall purpose is to provide a comprehensive plan for pavement preservation and upgrades within the Indiana Dunes National Park, ensuring adherence to federal highway standards.
    The Indiana Dunes National Park Pavement Preservation project, identified by NPS PMIS No. 327124, outlines plans for extensive pavement maintenance, including resurfacing, crack sealing, and full-depth reclamation across various roads and parking areas. Prepared by the Western Federal Lands Highway Division of the U.S. Department of Transportation, the project details construction specifications, typical sections for micro surfacing, crack sealing/filling, and asphalt concrete pavement patching. It includes a base schedule covering 5.96 miles and parking areas, with options X, Y, and Z addressing additional lengths and specific locations like Pinhook Bog Parking. The document also provides comprehensive tabulation sheets for surfacing, temporary traffic control, and permanent pavement markings, alongside area maps illustrating the project scope within Lake, Porter, and LaPorte Counties, Indiana. The project emphasizes protecting existing infrastructure and adherence to material application rates.
    The FLH Bridge Oversized/Overweight Permit Load Request is an application for obtaining a permit to transport oversized or overweight loads across bridges. The two-page document details the required information for the application, including applicant and company details (name, USDOT#, phone, email), a description of the load and route, the date of movement, and specific permit vehicle configuration measurements (width, height, length, gross weight). The second page provides a vehicle configuration sketch for top and side views with dimensions, and an axle table to detail axle number, spacing, weight per axle, and number of tires per axle. The document specifies that incomplete, illegible, or inconsistent data will result in the application being returned for correction. It also includes sections for agency review, approval or denial, and permit conditions.
    The Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas within Indiana Dunes National Park, conducted in January 2021. This assessment utilizes both automated pavement inspection vehicles and manual ratings to evaluate infrastructure conditions, aiding the National Park Service (NPS) in prioritizing maintenance and rehabilitation projects. The report outlines the program's history, from its establishment in 1976 to its current Cycle 6, which covers all paved roads and parking areas in NPS park units. It also includes an inventory of park routes and parking areas, noting changes from previous cycles such as additions, removals, and modifications to route names, surface types, and user access. The document provides a park-wide summary of paved route conditions, categorized by access level and Pavement Condition Rating (PCR).
    The document outlines a federal Request for Proposal (RFP) for pavement preservation at Indiana Dunes, approximately four miles north of Chesterton, Indiana, spanning Lake, Porter, and Laporte Counties. The project, titled “Pavement Preservation Indiana Dunes” (69056725R000016), involves crack sealing, patching, chip seal and micro surface treatments, and pavement marking over 5.96 miles. The estimated price range is $5 million to $10 million, with a tentative completion date of Summer 2026. The work is divided into several categories, including project requirements (construction survey & staking, quality control, sampling & testing, schedules), earthwork (waste), aggregate and base courses (roadway aggregate, full depth reclamation), asphalt pavements & surface treatments (asphalt concrete, chip seal, micro surfacing, crack sealing & filling, patching), and incidental construction (curb & gutter, rental equipment, general labor, permanent and temporary pavement markings, temporary traffic control). The RFP specifies quantities for various tasks across a base project and three options (X, Y, Z), detailing requirements for materials and services in US customary units.
    The Western Region Pavement Preservation (WRPP) MATOC Task Order Request for Proposals (Solicitation No. 69056725R000016) outlines a project for pavement preservation in Indiana Dunes National Park. The project, with an estimated price range of $5,000,000 to $10,000,000, includes a base schedule and three option schedules (X, Y, Z), covering a total length of 5.96 miles (Base), 1.61 miles (Option X), a Parking Area (Option Y), and 1.88 miles (Option Z). This solicitation is exclusively for seven pre-selected prime contractors and aims to publicize opportunities for subcontractors. Proposals are due by July 24, 2026, and must be submitted as printed copies, not electronic bids. Key requirements include completing the SF 1442 form, bid schedule, bid bond, and a subcontracting plan for large businesses. The project adheres to FP-24 Standard Specifications and U.S. Customary units. A special notice also indicates the Department of Transportation's intent to forbear enforcement of certain contract clauses inconsistent with recent Executive Orders from January-April 2025.
    Similar Opportunities
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, 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 information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available 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.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma and North Texas, specifically under Solicitation No. 69056725R000017. This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the preservation of approximately 24.58 miles of pavement, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and reliable transportation routes. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.