WA NP MORA 123(2) SR-123: Laughingwater Creek Bridge to Panther Creek Bridge
ID: 69056723B000008Type: 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's Federal Highway Administration has issued a solicitation for a substantial road improvement project in Washington State, titled WA NP MORA 123(2), SR-123. The primary focus is on enhancing the roadway between Laughingwater Creek Bridge and Panther Creek Bridge. This comprehensive endeavor involves a range of construction and professional services.

    Opportunity Overview

    This road improvement project aims to upgrade a crucial transportation route within Mount Rainier National Park. The scope of work encompasses a wide range of tasks, including extensive roadworks, bridge construction and repair, excavation, paving, and traffic management. The goal is to improve safety, accessibility, and efficiency along this stretch of roadway.

    Scope of Work

    The successful awardee will undertake intricate earthwork, excavation, and paving tasks. They will manage traffic control, provide temporary facilities, and implement erosion control measures. Additionally, the contractor will handle bridge construction, repairs, and enhancements, adhering to strict technical standards and Federal Highway Administration specifications.

    Key tasks include:

    • Earth cuts, roadway excavation, and paving for a 2.79-mile stretch of SR-123
    • Improving drainage systems and installing culverts
    • Implementing traffic control measures and providing temporary access roads
    • Constructing new bridges, including structural concrete and steel work
    • Adhering to environmental regulations, including those related to stormwater pollution prevention
    • Delivering detailed cross-sectional reports and digital elevation models for geographic analysis
    • Conducting a comprehensive bridge inspection and evaluation for structural integrity
    Eligibility Criteria

    Eligible bidders should have extensive experience and expertise in construction, ideally specializing in large-scale infrastructure projects. Preferred qualifications include a strong background in roadway excavation, paving, and traffic management.

    Additionally, expertise in the following areas would be advantageous:

    • Geotechnical engineering
    • Horizontal and vertical alignment design
    • Geographic information systems (GIS) and LiDAR data processing
    • Bridge inspection and evaluation
    Funding and Contract Details

    The estimated contract value ranges from $10 million to $20 billion, indicating a substantial budget allocation for the project. The contract type is largely unspecified but seems to include aspects of fixed-price and time-and-materials contracts.

    Submission Process

    Prospective bidders are expected to carefully review the detailed specifications and plans available on SAM.gov. This solicitation, denoted as 69056723B000008, and its subsequent amendments, provide crucial details on the project requirements.

    The submission process involves a stringent timeline, with multiple deadlines for acknowledgments, bids, and clarifications. Important dates include:

    • Advertisement period for questions
    • Bid opening, scheduled for July 2024, with no extensions anticipated
    • Expected project commencement in August 2024

    Bidders should submit thorough and accurate proposals, adhering to the specified format and including pricing for each task.

    Evaluation Criteria

    The evaluation of bids will prioritize the bidder's ability to meet complex technical requirements, demonstrate past performance, and deliver high-quality outcomes within the specified timeline.

    Key evaluation criteria include:

    • Technical merit and expertise in road construction and improvement
    • Experience in managing large-scale projects and adherence to specifications
    • Financial capabilities and competitive pricing
    • Past performance and quality of similar construction projects
    • Compliance with environmental and safety regulations
    Contact Information

    For questions regarding this opportunity, interested parties can contact the primary point of contact, Contracts G. Office, at WFL.contracts@dot.gov or 360-619-7520.

    Amendments and Key Updates

    Several amendments have been issued to clarify and revise key aspects of the solicitation. These include:

    • Amendment A001: Adjustments to fuel usage factors and progress payment procedures.
    • Amendment A002: Revisions to project plans, emphasizing subexcavation and underdrain details.
    • Amendment A003: Updates related to government property management and access to a government-furnished laboratory trailer.
    • Amendment A004: Amends special contract requirements for erosion control and environmental compliance.
    • Amendment A005: Focuses on updating approved materials and excavation specifications.
    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Transportation's Federal Highway Administration issues a modification to a previous solicitation for a highway construction project along SR-123, from Laughingwater Creek to Panther Creek Bridge. This amendment, labeled A001, focuses on revising the special contract requirements regarding fuel usage factors and progress payment procedures. It updates the fuel usage factors for various construction tasks, such as excavation, embankment, and asphalt pavement, based on current fuel consumption rates. Additionally, it adjusts the progress payment closing dates and clarifies the invoice submission timeline. Contractors must acknowledge this amendment and adhere to the revised terms for their offers to remain valid. The original solicitation's terms remain unchanged, while this amendment specifically targets these financial and operational aspects of the project.
    The Department of Transportation's Federal Highway Administration issues a modification to a previous solicitation (69056723B000008) for a project related to SR-123, specifically spanning from Laughingwater Creek to the Panther Creek Bridge. This amendment, labeled A002 and dated July 18, 2024, primarily involves revisions to the project plans. Several plan sheets are updated and details are added or revised, including those related to subexcavation connections and underdrain details. Offerors are required to acknowledge this amendment and must have submitted their acknowledgment by the specified hour and date to avoid rejection. The amendment does not extend the original solicitation's deadline for receipt of offers.
    The amendment primarily focuses on updating contract clauses related to government property management and usage. Specifically, it incorporates FAR Clause 52.245-1 (Alternate I) and FAR Clause 52.245-9, which govern government property and its use and charges. These clauses ensure the effective management and control of government-furnished property throughout the contract's life cycle. The contractor must implement a system for managing government property, including acquisition, receipt, use, and disposition. Additionally, the amendment introduces a new subsection, 154.04A, which offers the contractor access to a government-furnished laboratory trailer and testing equipment upon request. This enables the contractor to perform on-site testing. The trailer has specific dimensions and requirements for towing, and the contractor is responsible for its transportation, installation, and maintenance. A monthly rental fee is deducted from progress payments, with penalties for late returns. The amendment also specifies procedures for returning the equipment and trailer to the government and outlines responsibilities regarding calibration, repairs, and replacement of missing items. Overall, the procurement objective is to ensure efficient management and control of government property associated with the contract while providing the contractor with the necessary resources for testing and project execution.
    The Department of Transportation's Federal Highway Administration issues a modification to a previous solicitation for construction and maintenance services. The focus is on amending special contract requirements related to erosion control and environmental compliance. The modification extends the hour and date for receipt of offers, emphasizing the importance of acknowledging the amendment in submission. Key changes include the addition of new sections to the scope of work, such as recycled aggregate base and aggregate-topsoil course. It also revises existing sections on asphalt pavements, bridge construction, and culverts. Notably, the modification emphasizes the use of degradable materials for soil erosion control and introduces requirements for an Erosion Control Supervisor (ECS) and their responsibilities. Contractors must closely review and conform to the amended sections detailed in the modification for successful submission. Key dates and other administrative details are redacted, but the modification's effective date is 07/23/2024.
    The Department of Transportation's Federal Highway Administration issues a modification to a previous solicitation for a road improvement project on SR-123, spanning from Laughingwater Creek Bridge to Panther Creek Bridge. This amendment, effective July 25, 2024, revises key project requirements. It updates approved material sources, emphasizing the use of conserved topsoil and recycled asphalt pavement milling for construction. The modification also alters excavation and embankment specifications, introducing new requirements for subexcavation, underdrain systems, and backfilling. Notably, it adds detailed layout details for three types of subexcavation along specific sections of the road. Contractors must acknowledge this amendment and follow the revised instructions for a successful submission. Key dates and other administrative details are missing, so it's unclear when submissions are due or when the project timeline commences.
    The primary objective of this procurement, denoted by Solicitation No. 69056723B000008, is to select a contractor for a construction project titled WA NP MORA 123(2), SR-123: Laughingwater Creek to Panther Creek Bridge. The project involves construction services for a significant road or transportation infrastructure upgrade. The focus is on enhancing the segment between Laughingwater Creek and Panther Creek Bridge. The bid opening reveals a diverse range of contractor interest, with several companies submitting offers. The bids vary significantly in price, ranging from $11.4 million to $17.7 million. The engineering estimate stands at $10.4 million, making the lowest bid significantly higher than this estimate. The procurement seeks a competent construction firm capable of managing and executing the project within the stated budget and timeline constraints. The evaluation of proposals will likely prioritize factors such as experience, qualifications, financial capabilities, and past performance related to construction projects of this nature. No further details are provided regarding contract types, project timelines, or specific technical requirements. However, the government agency appears to be seeking a partner to undertake a substantial construction endeavor, with a strong focus on delivering a high-quality infrastructure improvement project.
    The government seeks multiple construction services for a project named SR-123, involving roadwork and infrastructure improvements. This includes clearing and grubbing, excavation, roadway construction, and installation of culverts and drainage systems. Various types of paving and marking work are required, along with temporary traffic control measures. The project also entails erosion control measures, soil stabilization, and stream bed mitigation. The government emphasizes the need for efficient project management, including strict timelines and quality control. Contractors must submit detailed proposals with pricing for each itemized task, allowing for a comprehensive evaluation based on specified criteria. Key dates and project timelines are expected to be provided to the selected contractor.
    The government agency seeks to procure a permit for an oversized and overweight vehicle load. The application provides detailed measurements and specifications, including width, height, length, and weight, along with a vehicle configuration sketch. Applicants must provide a detailed description of the load, transport route, and proposed movement date. The agency aims to authorize the permit, possibly with specific conditions, after a thorough review, ensuring compliance with regulations. The form emphasizes the need for complete and accurate data, indicating a meticulous evaluation process.
    The U.S. Department of Transportation's Federal Highway Administration seeks bids for road improvements on State Route 123 from Laughingwater Creek to Panther Creek Bridge. The project, spanning two counties, involves various tasks. Contractors must submit detailed bids for items like roadway excavation, asphalt paving, culvert installation, traffic control, and erosion control measures. The agency emphasizes the use of geotextiles and recycled materials. With a fixed completion date, the project requires strict adherence to specifications and progress schedules. Bids are due at the Vancouver office, and bidders must carefully review the provided bid checklist and submit the required representations and certifications. The estimated price range is between $10 million and $20 billion, and the contract will be awarded based on a combination of price and other factors. Key dates include the bid opening, scheduled for virtual viewing, and submissions deadlines for questions and clarifications.
    The government agency seeks to procure detailed and accurate cross-sectional reports of existing ground conditions, featuring specific northing and easting measurements. These reports are crucial for assessing and analyzing geographical data. The objective is to obtain comprehensive gradebook files, containing critical details such as feature offsets, elevations, and slope information. These details are essential for informed decision-making in land management, development, or infrastructure planning. The gradebook data must include specific layer information, such as the outside layer with noted offsets, and corresponding elevation, northing, and easting values. The existing ground conditions and slope values are integral components of the procurement, requiring precise measurements. Additionally, the data must be presented with a specified grid factor and noted stations, surfaces, and associated elevations. Agencies will use the data to create accurate cross-sectional diagrams and analyze land characteristics, enabling them to make informed decisions about future projects. This information is vital for understanding the topography and underlying features of the land, which has significant implications for construction, environmental impact assessments, and resource management.
    The government agency seeks detailed topographical information for a cross-sectional area spanning roughly 8300 feet along a specific north-south oriented line. This procurement primarily aims to obtain precise elevation, northing, and easting values for this region. The data must be delivered in a digital format, with each station featuring multiple offset values, elevations, and ground readings, all measured in feet. The focus is on capturing the existing terrain's intricacies, including station locations and slope calculations. This detailed terrain analysis is likely required for infrastructure planning or environmental studies, with potential contractors needing to provide a comprehensive digital elevation model. The RFP likely includes additional details on the required format, accuracy standards, and potential follow-up tasks related to data processing and analysis.
    The government agency seeks to procure detailed cross-sectional reports and analysis of geospatial data. The primary objective is to obtain precise measurements and assessments of linear features, primarily roads, and their adjacent areas. These reports include specific northing and easting offsets, elevations, and ground levels, capturing the existing terrain conditions. The focus is on Layer 3 of the landscape, requiring accurate offsets, elevations, and slope calculations. Vendors must provide a comprehensive understanding of the terrain's 3D characteristics, enabling informed decision-making in civil engineering, urban planning, or environmental management. The scope of work involves interpreting the data and producing comprehensive cross-sectional gradebooks and reports, utilizing software to create visual representations of the terrain. Experience in GIS mapping and data analysis is crucial, as contractors will need to process substantial geospatial information, extracting meaningful insights and presenting them clearly. Key dates and project timelines are not explicitly mentioned within the provided file contents, and evaluation criteria for vendor selection remain unspecified. The contract's financial details are also absent. These practical details would usually be addressed in the official RFP document, offering clarity on the procurement process and requirements for prospective vendors.
    The government agency seeks to procure detailed geospatial information and analysis for a specific area. This includes existing ground elevations, northing and easting coordinates, and slope calculations, all of which are provided in precise measurements. The primary goal is to obtain an extensive dataset of geographic features and elevations, referred to as "Layer 3." The scope involves processing and interpreting LiDAR data, utilizing software to create a digital elevation model and extract key information. This requires expertise in geographic information systems (GIS) and remote sensing. The delivered outcome is a comprehensive report containing the aforementioned geographic details, presented in a structured format. Although the exact contract value isn't mentioned, the extensive nature of the work suggests a substantial budget allocation. The agency emphasizes the importance of accuracy and detail in the data collection and analysis, indicating a focus on quality. The procurement process seems to allow ample time for submissions and project execution, with key dates not explicitly mentioned but likely provided in the full RFP document. Evaluation of proposals will likely prioritize technical expertise, with a strong GIS background and experience in LiDAR data processing being crucial. Cost-effectiveness and a proven ability to deliver high-quality geographic data will also be considered in the selection process.
    The government agency seeks detailed information on specific geographic features and their measurements. The primary procurement objective relates to acquiring a comprehensive report on these features, encompassing their locations, elevations, and existing ground levels. The report contains a meticulous breakdown of various features, labeled "Subex Exc_2_L," "Subex Exc_1_CL," and "Subex Exc_2_R." Each feature's description includes precise measurements, such as northing, easting, elevation, and slope. The required measurements are provided with a high level of precision, recorded to six or seven decimal places. The scope of work for this procurement seems to involve the creation of a detailed map or report that captures the mentioned feature measurements. This work likely requires specialized geographic or surveying expertise. The numerous features span a wide area, suggesting a significant scope of effort. Key dates and evaluation criteria are missing from the provided information. However, the procurement objective is clear: to obtain a highly detailed geographic dataset and analysis.
    The primary objective of this procurement is to repair and upgrade the Laughingwater Creek Bridge in Mount Rainier National Park, Lewis County, Washington. The bridge, spanning 0.318 miles, requires significant work to enhance its infrastructure. The project aims to improve safety and traffic flow by reconstructing the bridge and its approaches, including roadway excavation and embankment, drainage improvements, and the construction of a new bridge structure. The RFP seeks bids for constructing the new bridge, with a focus on structural concrete and steel elements. This involves supplying materials and labor for concrete work, including footings, walls, and parapets, as well as driving and splicing steel H-pile foundations. Additionally, the project requires erosion control measures, utility adjustments, and the installation of drainage systems, such as culverts and underdrains. The scope of work involves clearing and grubbing, removal of the existing bridge, roadway excavation, soil erosion control, and the construction of abutments, piers, and the bridge superstructure. Significant earthwork and grading are needed for the roadway approaches, including the recontouring of spillways and the construction of a rubble-paved waterway. The project also entails installing traffic control measures, temporary erosion control, and permanent pavement markings. The contract is estimated at $4,000,000 to $5,000,000, with a proposed timeline of 120 days for completion. The evaluation of bids will consider factors such as price, quality of materials, and the contractor's ability to meet schedule and performance requirements. Key dates include the pre-bid conference, scheduled for June 1992, and the bid opening on July 15, 1992. The project is expected to commence in August 1992.
    The government seeks to procure a comprehensive bridge inspection and evaluation service for the Laughingwater Creek Bridge, situated in Mount Rainier National Park. This steel structure spans Route 123 and Laughingwater Creek, requiring a detailed assessment of its condition and performance. The primary objective is to ensure the bridge's structural integrity and safety, focusing on load ratings, inventory, and appraisal. Inspectors will examine critical features, including superstructures, substructures, and approach alignments, providing a thorough evaluation of the bridge's present condition. Key to this procurement are the specific technical specifications outlined, such as the bridge's load capacities, structural materials, and geometric measurements. Vendors must demonstrate expertise in bridge inspection, with the ability to provide a detailed report encompassing all relevant aspects of the bridge's structure, geometry, traffic data, and potential improvements. The inspection frequency of 24 months suggests a proactive approach to bridge maintenance and safety. This procurement likely involves a time-and-materials contract, with inspections scheduled for completion by mid-August 2022. Fabricio Quinonez, the designated inspector, will play a crucial role in ensuring a thorough and timely inspection process.
    The Western Federal Lands Highway Division of the Federal Highway Administration seeks to clear limits around culverts on SR-123, a road running through several alignments. The main procurement objective is to obtain clearing and earthwork services for multiple locations along SR-123, involving tasks such as vegetation removal, excavation, and grading. Multiple alignments, such as Clearing Limits Outlet 141+02, are detailed in the report, each containing over 100 data points and described in terms of easting, northing, elevation, station direction, and radius. The precise coordinates and measurements are crucial for bidders to understand the scope of work required at each alignment. The scope of work involves determining clearing boundaries by calculating horizontal locations and preparing the sites for culvert installation. This involves removing obstacles and creating level ground surfaces. Select alignments require inlet and outlet clearing, involving additional tasks and coordinates. The contract is likely to be a fixed-price one, given the detailed nature of the specifications. Vendors will be selected based on their ability to accurately follow the specified coordinates and deliver efficient clearing solutions. Key dates and timelines are not explicitly mentioned in the report, indicating that they are subject to negotiation or will be communicated later in the procurement process. Safety and environmental considerations are implicit expectations, with specific requirements to be followed. This comprehensive report provides a detailed overview of the task at hand, allowing bidders to submit informed proposals for this culvert clearing project.
    The government agency seeks to procure detailed spatial data and analysis for a specific geographic area. The primary objective is to obtain precise measurements and elevations at specific points, what the report refers to as "features." These features include northing and easting coordinates, existing ground elevations, and slope angles. The data must be recorded and presented in a structured format, likely for use in spatial analysis and planning. The report outlines a comprehensive set of specifications. All units are required to be in feet, and the data must capture the specified features with exactness. The numerous coordinates and elevations listed in the report highlight the detailed nature of the procurement, with specific focus on the existing ground conditions and slopes. The scope of work implies that the contractor will be responsible for accurately recording and reporting the specified features at each station or location. This involves capturing the geospatial data in the field and delivering a comprehensive report. The work likely involves both data collection in the specified area and subsequent data processing and analysis. Although the contract details are not explicitly mentioned, the procurement likely involves a fixed-price contract for the delivery of the reported data. The emphasis on precise measurements and reporting suggests that the contract value would be reasonably substantial. The report indicates that the data collection and submission process should be completed by Monday, April 1, 2024, suggesting that this is a critical key date. Furthermore, it appears that the data collection sites are time-sensitive, with specific stakes and limitations around the construction limits, station locations, and surface features. The evaluating criteria for the procured services will likely focus on the accuracy and timeliness of the geospatial data delivered.
    The government agency seeks detailed construction and surveying services for a large-scale project. The main objective is to establish construction limits and slope stakes along a comprehensive network of stations spanning over 8500 stations, each featuring specific coordinates. The work involves meticulous offset, elevation, northing, and easting measurements, with a focus on maintaining accurate existing ground levels and slopes. The project has two key components: 1. Feature Construction Limit Line: Involves defining construction boundaries with precise measurements, including offset, elevation, and northing and easting coordinates. The goal is to ensure accurate positioning and alignment of the construction zone. 2. Slope Stake Line: Requires measuring and marking the designated slope to within a high degree of precision, enabling proper terrain evaluation and construction planning. The agency requires a detailed proposal for this extensive project, with a stringent focus on technical expertise, specialized equipment, and a robust quality assurance framework. The deadline for submissions is stringent, indicating an efficient and timely response is expected. Evaluation will prioritize technical merit, past performance, and cost-effectiveness, showcasing a comprehensive understanding of the project's objectives.
    The file contains detailed information for a project titled "SR123 Laughingwater Creek Bridge to Panther Creek Bridge." It seems to be focused on transferring and organizing survey control data. The data includes a comprehensive list of control points, each identified by a unique number and described by their state plane coordinates, geographic coordinates, elevation, and other specifics. The control points seem to be physical survey markers marked with a 5/8" IR with an FHWA aluminum cap or a mag nail with a washer. The project's scale and complexity are evident from the extensive list of control points, spanning multiple sheets. The file also standardizes the process of adding new sheets for additional control points, ensuring a structured approach. This information is crucial for maintaining accurate spatial references and precision in surveying and engineering work related to the project.
    The Earthwork Quantities Report outlines the requirements for a highway construction project. The focus is on earthwork and pavement construction, with detailed quantities provided for different work segments. The report specifies lengths, areas, and volumes for various boundary groups, offering a comprehensive overview of the project's earthwork objectives. This information is crucial for contractors to plan and price their proposals, with quantities serving as the basis for material and resource estimation. The report also includes clearing and stripping limits, aiding bidders in understanding the scope of work and preparing detailed proposals for the highway construction endeavor.
    The Western Federal Lands Highway Division of the Federal Highway Administration seeks to procure construction services for the improvement of SR-123, a highway spanning multiple named boundaries. The primary focus is on earthwork quantities, requiring contractors to manage tasks related to excavation, filling, and paving. The scope involves extensive earthmoving operations, with specific volume requirements mentioned for cutting and filling operations. Contractors will be responsible for managing tasks like turf establishment, pavement layers, and shoulder work. The report provides detailed quantities and measurements for each boundary, including station numbers, lengths, areas, and volumes. Key dates and evaluation criteria are not explicitly mentioned within this file, but the extensive detail on earthwork quantities indicates the urgency and importance of these procurement requirements. The primary objective is to address these earthwork tasks, with a strong emphasis on precise measurements and quantities.
    The government aims to improve a state highway accessing Mount Rainier National Park. The procurement objectives center around geotechnical services for a 2.5-mile road stretch. This includes subsurface investigations, analysis, and recommendations for roadway design and construction. The focus is on addressing pavement distress, drainage issues, and culvert repairs. The report outlines three types of subexcavations with varying depths and reinforcement methods. Geotechnical recommendations are also provided for two culvert locations, considering factors like bearing capacity and subgrade preparation. The required services involve ditch reconditioning, roadway subexcavations, and culvert foundation design, with an emphasis on mitigating distress and improving drainage. Key dates and evaluation criteria were not explicitly mentioned. However, the report's June 2022 publication suggests a prompt need for these geotechnical services, and the evaluation of proposals may prioritize technical expertise and experience in geotechnical engineering.
    The primary objective of this procurement is to carry out reconstruction work on SR-123, a road spanning 2.79 miles within Mount Rainier National Park. The project involves extensive roadwork, including excavation, paving, and drainage improvements. The scope entails removing existing culverts and paved surfaces, reconstructing bridges and headwalls, and installing new drainage structures, traffic control devices, and signage. Geotextiles, erosion control measures, and temporary traffic management are also part of the requirements. Key specifics include adhering to Federal Highway Administration standards, such as FP-14 specifications, and utilizing various materials like asphalt, concrete, and geotextiles. The project requires precise surveying and staking, with quantities estimated for each type of work activity. Contractors will be responsible for providing quality control and assurance, with tasks involving milling, paving, and installing asphalt concrete pavement. Additionally, they will undertake soil erosion control measures, culvert installation, and drainage structure repairs. Traffic control and safety are critical, with requirements for temporary and permanent traffic management plans, including signage, barricades, and flagging services. The estimated value of this project is in the order of several million dollars, with key dates including a submission deadline of December 2023 and a targeted completion date in early 2024. Evaluation criteria will likely emphasize quality management, timely completion, and adherence to environmental and safety regulations.
    The memorandum changes the project name from 'WA NPS MORA 123(2), SR-123' to 'WA NP MORA 123(2), SR-123'. The name change applies to all associated project files, effective January 28, 2022. The project involves bridge work on state roads, with Lindsay Higa as the project manager, and external contacts to be added.
    The Federal Highway Administration's Western Federal Lands Highway Division seeks to improve SR-123, a crucial route connecting Laughing Water Creek Bridge and Panther Creek Bridge. Detailed horizontal and vertical alignment review reports outline specific linear elements and gradients for the project, titled WA NP MORA 123(2). These reports meticulously map out the baseline alignment, station coordinates, and elevation data, essential for designing efficient road improvements. Key project parameters include maintaining proper gradients and curvatures, with tangential directions and lengths detailed for each segment. This comprehensive approach ensures that the selected contractor will have a precise roadmap for constructing the highway, crucial for the division's infrastructure upgrades.
    The government seeks to improve the horizontal alignment of a highway, aiming to enhance safety and efficiency. This procurement's primary objective is to obtain professional engineering services for reviewing and analyzing the horizontal alignment of the road. The services required involve detailed assessments of the provided alignment data, including stationing, northing, easting, and element descriptions. The review focuses on a section of SR-123, extending from the Laughing Water Creek Bridge to the Panther Creek Bridge. The report provides a comprehensive overview, covering linear and circular elements, their directions and lengths, and various alignment descriptions. The task involves analyzing symmetrical parabola elements and calculating grades, radii, and middle ordinates. Professionals specializing in road alignment and design are sought to provide a thorough examination and present findings and recommendations. The procurement likely involves a consultant or contractor engagement, with delivery of a comprehensive review report expected. The RFP likely encourages bids from experienced firms, outlining specific qualifications and a proven track record in alignment design or engineering. Key dates and submission deadlines aren't explicitly mentioned, but as this is a time-sensitive project, prompt submissions are implied. The evaluation of proposals will likely prioritize technical expertise, qualifications, and past experience in horizontal alignment projects. Cost considerations and project timelines could also factor into the evaluation process.
    The Federal Highway Administration's Western Federal Lands Highway Division seeks to procure construction services for the SR-123 project, spanning from Laughing Water Creek Bridge to Panther Creek Bridge. The objective is to improve the existing roadway's elevation and alignment. Multiple sections along the route are detailed in the file, presenting elevation grades and coordinate points. The work scope involves modifying the road's vertical and horizontal alignment, with adjustments ranging from -18.26' to +30.90' in elevation and involving multiple culverts and bridges. The project requires careful planning and execution, adhering to strict grade and alignment specifications. Contractors will be responsible for providing updated cross-section drawings and ensuring compliance with the desired elevations. Key dates include multiple sheet submissions: 28 March, 25 August, and 18 September 2023. The procurement process seems to favor accuracy, thoroughness, and adherence to provided specifications, with attention to detail being a critical evaluation criterion.
    The government aims to repair or replace bridges spanning Laughingwater Creek and Panther Creek. The focus is on the structural work and associated tasks, with emphasis on accessing the sites. Interested parties are directed to the SAM site for key dates and solicitation details. Contractors capable of managing the physical construction and associated logistics are sought, with the emphasis on their ability to navigate rural terrain. The agency seeks a timely response and encourages prospective bidders to register on the SAM platform for updates.
    The primary focus of this file is the government's objective to procure construction services for a specific road project, spanning from the Laughingwater Creek Bridge to the Panther Creek Bridge. The project plans, accessible on sam.gov, outline the work location and type. Potential bidders are advised to regularly monitor the SAM site for the solicitation release, which will trigger a specified period for question submission. The government seeks detailed responses to technical queries and encourages prospective vendors to register on SAM.gov to access relevant information.
    The primary focus of this government procurement is the repair or construction of a bridge spanning the Laughingwater Creek, extending to the Panther Creek Bridge. The project entails significant work, including roadway excavation, earth cuts, asphalt paving, and the integration of recycled aggregate base. The government seeks a comprehensive solution, emphasizing compliance with specified technical standards and quality control. Key tasks involve earthwork, roadway construction, and traffic management, with particular attention to compaction methods and material quality. Vendors must carefully review the detailed specifications and plans, as highlighted in the numerous clarification requests. The government emphasizes the complicated nature of the project and its remote location, indicating a stringent evaluation criteria focused on delivering exceptional value. With no pre-bid meetings scheduled, prospective bidders are advised to study the solicitation documents closely. Critical dates include the clarification of quantity discrepancies by July 18, 2024, and the bid submission deadline on July 25. The contracting officer appears committed to these dates, despite extension requests. This procurement seeks experienced vendors capable of navigating the project's complexities and remote location, indicating a competitive selection process based on rigorous technical criteria.
    The procurement objective of this file is to solicit bids for a construction project involving significant infrastructure work. The primary focus is on road improvement, including excavation, paving, and traffic control. The project spans from the Laughingwater Creek Bridge to the Panther Creek Bridge, requiring careful coordination and specialized services. The government seeks a comprehensive solution for roadway enhancement, with attention to detail and strict adherence to specified standards and regulations. The work scope includes earth cuts, roadway excavation, paving, and the potential provision of temporary facilities like restrooms and fencing. Key challenges involve remote access and the project's complicated nature, emphasizing the need for an experienced and well-equipped contractor. Important dates include the anticipated release of the solicitation on SAM.gov and the subsequent advertisement period for questions. Bids are due by the original deadline, with extensions not intended. Evaluation of proposals will likely focus on the bidder's ability to navigate the project's complexities and deliver high-quality results within the specified timeframe.
    The primary objective of this procurement is to execute road improvement works spanning from the Laughingwater Creek Bridge to the Panther Creek Bridge. The scope entails intricate tasks related to roadway excavation, paving, traffic control, and erosion control. Critical dates include a two-week bid extension granted until July 24, 2024, and a bid opening date thereafter. The government seeks a fixed-price contract for these works, emphasizing value and project complexity. Evaluation of bids will consider factors like technical merit, past performance, and price, with awards based on best value. Contractors must carefully review the detailed specifications and plans posted on sam.gov for a comprehensive understanding of the project's requirements.
    The primary objective of this procurement is to execute road improvement works spanning from the Laughingwater Creek Bridge to the Panther Creek Bridge. The project involves various tasks, including earth cuts, roadway excavation, paving, and traffic control. The work is complicated, requiring specialized trades and potentially involving challenges due to the remote location. The RFP seeks bids from experienced contractors to undertake these roadworks, with particular attention to detail due to the intricate nature of the project. The government emphasizes compliance with its specifications and plans, which cover aspects like quantities, quality standards, and specific provisions for traffic management during the project's expected duration. Important dates include the anticipated release of the solicitation on SAM.gov and the subsequent advertisement period. Bidders are advised to closely review the plans and specifications, with the ability to ask clarifications during the advertisement phase. The government indicates its intent to award the contract without extending the bid opening date, encouraging prompt and thorough submissions. Evaluation of bids will be based on the contractors' ability to meet the detailed technical requirements and submit competitive pricing.
    The government aims to repair or replace bridges spanning Laughingwater Creek and Panther Creek. The focus is on enhancing accessibility and safety, possibly involving temporary access roads and equipment staging areas. Prospective bidders are advised to refer to preliminary documents on sam.gov for project location and type details. The release of the solicitation and its duration will also be posted there, encouraging bidders to ask questions during the advertisement period. This information will be crucial for contractors to devise solutions, with the government emphasizing the importance of checking the SAM site for updates.
    The primary objective of this procurement is to execute road improvement works between the Laughingwater Creek Bridge and the Panther Creek Bridge. The project involves various tasks, including roadway excavation, earth cuts, asphalt paving, and traffic management. It's a fairly complex endeavor, requiring the involvement of multiple trades and vendors. The government seeks a comprehensive approach to improving the road, emphasizing compliance with specific technical standards and specifications outlined in the solicitation documents. Key dates include the advertisement period, during which prospective bidders can submit questions, and the bid opening date, currently scheduled for July 2024. Potential contractors need to carefully review the plans and specifications, with particular attention to the specified quantities and quality standards. The evaluation of proposals will likely focus on the bidder's ability to meet these technical requirements and deliver the required road improvement outcomes.
    The federal government seeks to procure a Stormwater Pollution Prevention Plan (SWPPP) for a highway construction project in Mount Rainier National Park. The SWPPP is required under the Environmental Protection Agency's (EPA) Construction General Permit. It aims to minimize pollution during the construction of SR-123, spanning 2.77 miles from Laughingwater Creek Bridge to Panther Creek Bridge. The plan must detail contact information, site assessment, erosion and sediment controls, pollution prevention standards, inspection procedures, and certification processes. Critical to the procurement are the SWPPP's instructions and templates, which guide contractors in developing a site-specific plan that adheres to EPA regulations. The estimated project start date is April 29, 2024, with a projected completion date of June 26, 2026. Eligible bidders must provide a comprehensive SWPPP that ensures compliance with federal environmental regulations, including provisions for natural buffers, authorized non-stormwater discharges, and documentation of compliance with other federal requirements such as endangered species protection and historic property screening.
    Similar Opportunities
    WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Gifford Pinchot Repairs 2020, Phase 1 project, aimed at restoring roads within the Gifford Pinchot National Forest in Washington. This project, part of the Emergency Relief for Federally Owned Roads (ERFO) program, includes essential construction activities such as earthwork, subgrade reconstruction, drainage improvements, and the installation of culverts, with an estimated contract value between $2 million and $5 million. The initiative is crucial for maintaining and enhancing infrastructure safety and accessibility in national forest areas, reflecting the government's commitment to public safety following emergency events. Interested vendors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with the project scheduled for completion by Summer 2025 and solicitation documents expected to be available in winter 2024/2025.
    WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR". The project is located 2 miles East of Long Beach, Washington in Pacific County. It involves roadway embankment, paving, and striping. The project is 0.15 miles in length and is expected to be completed by Fall 2025. The contract type is Sealed Bid, Firm-Fixed-Price. The estimated price range for the project is between $700,000 and $2,000,000. This solicitation is offered as a Total Small Business Set-Aside. Interested vendors must register as a SAM user to view the Interested Vendors List. The INVITATION FOR BIDS will be posted on SAM.gov.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA USFS OKWEN 617 76(1) Icicle Creek Rockfall Mitigation Project
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Icicle Creek Rockfall Mitigation Project located in Chelan County, Washington. The project involves implementing rockfall mitigation measures on up to three slopes, including the installation of draped wire mesh, slope scaling, and gabion basket barriers over a length of 0.55 miles. This initiative underscores the government's commitment to infrastructure safety and environmental protection in sensitive natural areas. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for summer 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
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the Moose Wilson Road Phase 2 reconstruction project located 14 miles north of Jackson, Wyoming. This project involves significant roadway improvements, including grading, asphalt paving, drainage enhancements, and roadway obliteration, with a focus on environmental stewardship and compliance with federal guidelines. The estimated project cost ranges between $10 and $20 million, with a targeted completion date set for Summer 2027. Interested contractors can direct technical inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, and should note that solicitation documents will be available in Fall/Winter 2024.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the MT FLAP VALLEY 20(1) project, which involves the construction and improvement of Duck Creek Road in Valley County, Montana. The project encompasses approximately 8.77 miles of roadway construction, including tasks such as mobilization, roadway excavation, asphalt pavement installation, and traffic control measures, all aimed at enhancing infrastructure and ensuring safety. This initiative is part of broader federal efforts to improve public roadways while adhering to environmental and safety regulations. Interested contractors can obtain further details and submit their bids by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the bid opening date specified in the solicitation documents.
    ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
    WA USFS OkWen617 76(1), Icicle Creek Road Rock Fall Mitigation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration's Western Federal Lands Division, is inviting bids for the "Icicle Creek Road Rock Fall Mitigation" project in Leavenworth, Washington. This project aims to enhance roadway safety by implementing rockfall mitigation techniques along specified segments of Icicle Creek Road, which is critical for access to the Okanogan-Wenatchee National Forest. The procurement is set aside for small businesses, with an estimated project value between $700,000 and $2,000,000, and requires bidders to submit detailed proposals, including a bid schedule and various certifications. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Sportsman’s Park Transportation Improvements project located in Bingham County, Idaho. The project aims to execute full-depth reclamation, paving, striping, and minor drainage enhancements over a length of 1.5 miles, addressing the infrastructure needs of the park while promoting community recreational access. This initiative is part of a broader effort to improve public infrastructure, with an estimated contract value between $700,000 and $2,000,000, and is set aside for small businesses under the SBA guidelines. Interested vendors should monitor the SAM.gov website for solicitation documents expected to be available in winter 2024/2025 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.