CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
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, has issued a Task Order Request for Proposal (TORFP), Solicitation No. 69056725R000013, for Pavement Preservation at Yosemite and Devils Postpile National Monuments, CA. This opportunity, titled "CA NP MULTI PMS(1)", is exclusively for seven pre-selected prime contractors under the Western Region Pavement Preservation Multiple Award Task Order Contract (MATOC). The purpose of advertising on SAM.gov is to assist potential subcontractors. Proposals are due January 29, 2026.
Scope of Work
This project involves comprehensive pavement preservation, including micro surfacing, crack sealing, patching, and pavement markings. The scope is divided into a Base schedule covering 18.53 miles of roadway and 9 parking areas, with three additional Option schedules (X, Y, Z) for further mileage and parking areas. The project exclusively utilizes micro surface treatments, with no sealcoating.
Contract & Timeline
- Contract Type: Task Order Request for Proposal (TORFP) under a MATOC
- Estimated Value: $5,000,000 to $10,000,000
- Period of Performance: Completion by August 28, 2026
- Set-Aside: None (restricted to specific MATOC holders)
- Proposal Due: January 29, 2026, by 7:00 PM ET
- Published: January 22, 2026 (latest update)
Eligibility & Submission
This TORFP is open only to the following prime contractors: VSS International, Inc., H-K Contractors, Inc., Intermountain Slurry Seal, Inc., Hat Creek Construction & Materials, Inc., Doolittle Road Construction, Central Southern Construction Corp., and American Pavement Systems, Inc. Electronic bids are not accepted; proposals must be submitted as printed copies. Large businesses among the eligible primes are required to submit an acceptable subcontracting plan.
Evaluation
Selection will be based on the lowest price for the combined total of the Base and Option schedules.
Key Updates & Clarifications
- Amendment A001 (Jan 22, 2026): Revises the solicitation, updates the Davis-Bacon General Wage Decision to 01/16/2026, and adds/revises language related to "Masterworks" in Special Contract Requirements. It also details changes to Section 409 (Micro Surfacing) and Table 703-6 (Aggregate Gradation). Bidders must review all updated sections, including Masterworks requirements, work hour limitations, and specific project site restrictions.
- Q&A (Jan 22, 2026): Confirms the project is exclusively Micro Surface. Clarifies Quality Control Manager (QCM) requirements (one per park, two if concurrent work), QCMs can perform testing, and Type II Micro Surfacing is allowed in parking areas at contractor discretion, while continuous feed equipment is required on specific routes (details in A001). Water will be available for purchase from Yosemite National Park. Specific night working hours for Routes 016 and 500 will be detailed in Amendment A001.
Contact Information
For inquiries, contact Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.