ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
ID: 69056725R000015Type: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Western Federal Lands Highway Division issued a Notice to Prospective Offerors for Solicitation No. 69056725R000015, concerning the Trestle Creek Road reconstruction and paving project in Bonner County, Idaho. The project, spanning approximately 3.7 miles (MP 100 to 103.7) along US Forest Service Route 275, aims to create an all-weather, single-lane road with turnouts, providing year-round access to the Kaniksu National Forest. Work includes asphalt paving, intersection improvements, strategic turnouts, drainage enhancements (culvert replacements), stream bank restoration, and roadside safety upgrades (signage, pavement markings, delineators). Prospective offerors are advised to view the site before November 25th due to potential snow, and to contact Bonner County Public Works for current road conditions. Technical questions should be emailed to wfl.plans-spec@dot.gov. A special notice requires all materials to be certified free from noxious weeds, necessitating a fall weed inspection. Solicitation documents will be available on sam.gov in Fall/Winter 2025.
    The Trestle Creek Road project, ID FLAP BONNER 841(1), is a preliminary infrastructure development located in the Kaniksu National Forest, aiming to upgrade approximately 13.5 miles of Trestle Creek Road. The project involves extensive roadway excavation, the placement of asphalt concrete pavement, and aggregate base grading D, with a separation-stabilization geotextile (Class 1, Type A woven) installed beneath the pavement structure. Key aspects include reconditioning ditches, cleaning and installing culverts, and constructing new turnouts. A significant portion of the project focuses on bank stabilization at multiple sites (1A, 1B, 2A, 2B, 3A-1, 3A-2, 3B, and 4) along the Trestle Creek, utilizing riprap (Method A, Class 2 and 4), conserved streambed material, willow pole cuttings, and fish passage boulders. The project adheres to specific coordinate systems and datums for survey control, with detailed plans for roadway connections and utility considerations.
    The FLAP BONNER 841(1) project, located 13 miles east of Sandpoint, Idaho, in the Kaniksu National Forest, involves roadway improvements on Trestle Creek Road (MP 100 to 103.7). This 3.75-mile project, estimated to cost between $5 million and $10 million, is tentatively scheduled for solicitation in Fall 2025 with completion by Fall/Winter 2026. The scope of work includes placing riprap, roadway aggregate, and asphalt concrete pavement. Key tasks involve construction survey and staking, quality control, soil erosion and dust control, clearing and grubbing (0.2 acres), removal of culverts and asphalt, excavation and embankment, and the installation of separation-stabilization geotextile. Slope reinforcement with various classes of riprap will be undertaken. Aggregate and base courses, asphalt concrete pavement, and asphalt tack coat are also specified. Incidental construction includes furnishing and placing topsoil, turf establishment, willow pole cuttings, temporary traffic control (flaggers, cones, signs), and environmental mitigation with rootwads.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    ID FLAP FS SC MULTI(1), Custer Motorway Stabilization Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Custer Motorway Stabilization Project, located approximately 11 miles west of Challis, Idaho. The project involves bank stabilization using rootwads, reinforced soil slope construction, and roadway resurfacing, divided into two bid schedules, with only one to be awarded. This initiative is crucial for maintaining the integrity of the Custer Motorway within the Salmon Challis National Forest, ensuring safe and reliable transportation infrastructure. The estimated price range for the project is between $700,000 and $2,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion date anticipated in Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    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.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is preparing to solicit bids for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. This project aims to enhance access to the Bighorn National Forest and Bureau of Land Management lands by rehabilitating, widening, and realigning approximately 2.6 miles of Red Grade Road, addressing substandard roadway conditions and safety issues. The anticipated construction is scheduled to commence in May 2026 and conclude by November 2027, with an estimated project cost ranging from $10 million to $20 million. Interested contractors are encouraged to inspect the site and may contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.