AK USFS Chug1004 9(1), Vagt Lake Trailhead
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Highway Administration (FHWA), Western Federal Lands Division, under the Department of Transportation, has issued a presolicitation for the AK USFS Chug1004 9(1), Vagt Lake Trailhead project. This effort involves construction work to improve trailhead facilities and access in the Kenai Peninsula Borough, Alaska, approximately 25 miles north of Seward. The opportunity is a Total Small Business Set-Aside and is anticipated to be advertised as a Sealed Bid, Firm-Fixed-Price Contract with an estimated value between $700,000 and $2,000,000. The solicitation is expected to be released during the winter of 2024/2025.
Scope of Work
The project focuses on enhancing the Vagt Lake Trailhead. Key tasks include:
- Excavation and Grading: Involving the placement of Unclassified Borrow and Aggregate.
- Vault Toilet Installation: Placement of a new vault toilet facility.
- Concrete Placement: Construction of ADA-compliant parking spaces and walkways.
- Sign Installation: Erection of various informational and directional signs.
- Additional Work: Includes concrete gutter, wheelstops, sidewalk, detectable warning panels, and temporary traffic control.
- Optional Material Source: Contractors may utilize the Milepost 35 Pit for unclassified borrow and aggregate, requiring clearing, grubbing, excavating, and crushing. The total project length is 0.133 miles.
Special Requirements
Bidders should note requirements for Contractor Quality Control and Assurance, Contractor Sampling & Testing, and comprehensive Soil Erosion Control measures (e.g., silt fence, fiber roll, stabilized construction exit). The project may also require Hired Technical Services, such as an Archaeologist, and Turf Establishment via hydraulic methods.
Contract & Timeline
- Contract Type: Sealed Bid, Firm-Fixed-Price Contract.
- Estimated Price Range: $700,000 to $2,000,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Anticipated Advertisement: Winter of 2024/2025.
- Tentative Completion Date: Fall 2025 (once the solicitation is issued and construction commences).
Important Notes for Bidders
Preliminary plans and a letter with additional project information are available as attachments. Interested vendors are strongly encouraged to monitor SAM.gov and utilize the "follow" feature to receive notifications when the official solicitation documents are posted. Due to potential snow during the anticipated advertisement period, prospective offerors are advised to visit the project site during the fall. Access after October 14 is weather-dependent, and no "show-me" tours will be provided by Federal Highway Administration personnel.
- Technical Questions: wfl.plans-spec@dot.gov
- General Questions: wfl.contracts@dot.gov or 360-619-7520