NM BR AAO EL VADO HERON & EL VADO ROAD REHAB
ID: 6982AF25B000003Type: 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 NM BR AAO EL VADO Heron & El Vado Road Rehabilitation project in Rio Arriba County, New Mexico. This project, set aside for small businesses, aims to rehabilitate approximately 5.23 miles of roadway and improve parking lot operations at El Vado and Heron Lake State Parks, including full-depth reclamation, asphalt concrete pavement, and drainage improvements. The estimated contract value ranges from $5 million to $10 million, with bids due by December 12, 2025. Interested contractors should contact Denise Martinez at CFLAcquisitions@dot.gov for further details and ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, NOAA Atlas 14, Volume 1, Version 5, provides point precipitation frequency estimates for Los Ojos, New Mexico, USA. It details precipitation frequency estimates with 90% confidence intervals in inches per hour, across various durations (5-minute to 60-day) and average recurrence intervals (1 to 1000 years). The estimates are based on frequency analysis of partial duration series. The document also includes information on the location's latitude, longitude, and elevation, citing ESRI Maps and USGS as sources. Additionally, it offers links to graphical representations, maps, and aerial views, and provides contact information for the NOAA National Weather Service's National Water Center.
    The Federal Highway Administration (FHWA) Central Federal Lands Highway Division is soliciting bids for the Heron & El Vado Road Rehabilitation project in Rio Arriba County, New Mexico. This small business set-aside project, with an estimated price range of $5,000,000 to $10,000,000, includes road and parking rehabilitation, full-depth reclamation, asphalt concrete pavement, culvert work, concrete sidewalks, ADA accessibility upgrades, signage, and pavement markings across 4.61 miles (Schedule A) and an optional 0.62 miles (Option X). Bids are due by December 12, 2025, and must be submitted as printed copies with original bid bonds. Electronic bids are not accepted. The solicitation adheres to the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14, and Federal Acquisition Regulations (FAR). Contractors must be registered in SAM, comply with Buy American Act provisions, and are encouraged to utilize small businesses for subcontracting opportunities. Bid evaluation will consider both Schedule A and Option X, though exercising the option is at the Government's discretion.
    Amendment A001 to solicitation 6982AF25B000003 for the NM BR AAO EL VADO HERON & EL VADO ROAD REHABILITATION project modifies specific contract requirements. This amendment, issued by the FEDERAL HIGHWAY ADMINISTRATION, CENTRAL FEDERAL LANDS HIGHWAY DIVISION, updates sections 718 and 725 of the special contract requirements. Key changes include adding a requirement for fluorescent type sheeting for all signs and devices with orange or yellow backgrounds (Section 718.01) and revising specifications for pozzolans, specifically fly ash (Section 725.04). Additionally, a new Section 725.19 is introduced, detailing requirements for a weathering agent to color rock, cementitious, and galvanized surfaces to a brownish earth tone, with Natina® products being acceptable. The amendment also specifies that the type of rock for boulders will be approved by Boulder, CO, and must match existing appearances. Offers must acknowledge receipt of this amendment by one of three methods prior to the specified hour and date to avoid rejection.
    Terracon Consultants, Inc. completed a geotechnical engineering report for the Heron & El Vado Road Rehabilitation Project in Rio Arriba County, New Mexico. The project involves rehabilitating and reconstructing roads and parking areas at Heron Lake and El Vado Reservoir State Parks, including drainage improvements. Subsurface explorations revealed that existing pavements are 2 to 3 inches thick, with subgrade soils primarily consisting of clay, silt, and sand, classified as poor quality for pavement support. The report recommends new pavement sections using hot asphalt concrete pavement (HACP) over full-depth reclamation (FDR) with cement stabilization, with a crushed aggregate base (CAB) layer for Heron Lake sections. Earthwork recommendations cover site preparation, excavation, subgrade stabilization, material placement, and compaction, with a focus on addressing unstable subgrade conditions and drainage issues. The report also addresses corrosion potential, suggesting ASTM Type I-II or II Portland cement for concrete and high corrosion resistance for metal structures. The overall site is deemed suitable for the proposed improvements.
    The U.S. Department of Transportation's Federal Highway Administration has proposed a contract for the rehabilitation of roadways and parking lots at El Vado and Heron State Parks in New Mexico. This initiative is categorized as a total small business set-aside and follows Section 44 of the Small Business Act, which necessitates thorough market research and justification for consolidating contracts over $2 million. A market survey identified 18 small businesses capable of fulfilling these requirements, with multiple socio-economic certifications, affirming their competitiveness. The project exemplifies a consolidation strategy to optimize resources and expedite construction within a single season. This approach is justified as it reduces procurement time, minimizes costs, and has received support from partner entities. Additionally, it ensures small business participation is maximized, enhancing competitiveness within the bidding process. Ultimately, the determination supports the procurement of this work through a consolidated approach to better meet federal contracting objectives and enable efficient use of funds.
    The document appears to be a heavily redacted government file, likely related to federal government RFPs, federal grants, or state and local RFPs. The pervasive redactions make it impossible to discern specific details regarding its main topic, key ideas, or supporting information. The only clearly visible elements are a digital signature from "CURTIS R SCOTT" dated 2025.08.15, and recurring numerical or alphanumeric identifiers such as "A4", "T9", "T10", "T11", "T12", "T13", and "Option". These identifiers, coupled with the overall structure, suggest a standardized government document format, possibly outlining options, sections, or categories within a larger proposal or grant application. Without further content, a comprehensive summary is not feasible.
    This document compiles questions and answers regarding the NM BR AAO EL VADO HERON & EL VADO ROAD REHABILITATION project, dated December 4, 2025. It addresses various aspects of the bid process and project scope. Key administrative clarifications include that representations and certifications are sourced from SAM.gov, no extensions will be granted for the due date, and page limitations are not applicable for this Part 14 sealed bid. Offerors are not required to provide proof of SAM.gov registration but must provide an email confirmation for VETS 4212 Reporting. Site visit access requires contacting Mark Schichtle at (802) 793-9419. Technical questions clarify that removed curbs will not be reconstructed, and regrading for erosion control is not the contractor's responsibility unless specified in plans. Curb installation is not required for Option X. Ditch reconditioning details refer to FP-14 Section 303, and culverts are not required at the Willow Creek boat ramp access road entrance. Water supply for FDR operations refers to Section 105.02 of the SCRs. Lime is required as the antistrip agent, and 1" minus commercial base course is acceptable per FP-14 Section 302, SCR Section 302, and FP-14 Subsection 703.06. Hot Mix Asphalt pay factor applicability is covered in Sections 106 and 401 of the SCRs and FP-14.
    The document addresses questions and answers regarding the "NM BR AAO EL VADO HERON & EL VADO ROAD REHABILITATION" project, a federal government RFP. Key areas covered include administrative requirements such as Representations and Certifications (SAM.gov provides this information), the need for VETS 4212 Reporting email confirmation, and the confirmation that proof of SAM registration is not required with the proposal. The government explicitly denies extensions to the due date and clarifies that page limitations are not applicable for Part 14 sealed bids. Technical questions regarding demolition, reconstruction, regrading, sidewalk replacement, curb installation, ditch reconditioning, culvert requirements, and water supply for Full Depth Reclamation (FDR) are addressed with specific references to plans and sections of FP-14 and SCRs. The government confirms that all testing required by FP-14 and SCRs is mandatory and that lime is a required antistrip agent, not interchangeable with liquid antistrip. It also specifies that 3" asphalt mats must be placed in two lifts regardless of aggregate size, and a 4" mat is not permitted. Site visit access information is provided.
    The document addresses questions and answers regarding the NM BR AAO EL VADO HERON & EL VADO ROAD REHABILITATION project, focusing on clarifications for bidders. Key areas covered include: bid submission requirements (SAM.gov registration, VETS 4212 reporting confirmation, no extension to due dates, and page limitations not applicable for sealed bids), specific construction details (curb reconstruction, regrading, sidewalk replacement, culvert requirements, and ditch reconditioning details), material specifications (lime as antistrip agent, 1" minus commercial base course, and hot mix asphalt pay factors), and site access for visits. The government confirmed that all testing required by FP-14 and SCRs is mandatory, and a 3" asphalt mat must be placed in two lifts. Water sources for FDR operations can be obtained from locations listed in 105.02 after coordination, and the anticipated NTP date is January 26, 2026. The QCM can manage and superintend the project but should not perform construction activities. Weathering agents are not required for this contract, with related language removed via Amendment A001.
    Similar Opportunities
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Sign and Safety Repairs - Metro, North, and South Regions
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    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.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    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.
    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.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road conditions and infrastructure, which is vital for maintaining access and safety within the national forest. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested parties can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    WA NP OLYM 115(1), Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the "Repair Storm Damage on Mora Road" project located in Olympic National Park, Clallam County, Washington. This total small business set-aside opportunity involves repairing approximately 0.1 miles of road, including tasks such as mobilization, construction surveying, erosion control, and the installation of environmental design elements like log barriers and fish passage boulders. The project is crucial for restoring and stabilizing Mora Road while ensuring environmental protection and traffic safety. Bidders must submit printed copies of their proposals, with an estimated project cost between $2 million and $5 million, and a completion date set for October 29, 2026. Interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.