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) for Pavement Preservation at Yosemite and Devils Postpile National Parks in California. This opportunity, valued between $5M and $10M, is exclusively for seven pre-selected prime contractors holding existing Multi-Award Task Order Contracts (MATOCs). Proposals are due by January 29, 2026.
Scope of Work
The project, identified as "CA NP MULTI PMS(1)", involves comprehensive pavement preservation activities. Key tasks include:
- Micro surfacing (no sealcoating)
- Crack sealing
- Asphalt concrete patching
- Pavement markings The scope covers 18.53 miles of roadway and 9 parking areas in the Base schedule, with additional work defined under Options X, Y, and Z. Work must adhere to Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24.
Contract & Timeline
- Contract Type: Task Order under a MATOC (Solicitation No. 69056725R000013)
- Estimated Value: $5,000,000 to $10,000,000
- Eligibility: Limited 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.
- Proposal Due: January 29, 2026, 7:00 PM UTC
- Published: January 27, 2026
Evaluation
Award will be based on the lowest bid for the combined total of the Base and Option schedules.
Key Updates & Notes
- Amendment A001 (posted 2026-01-22) significantly revises the solicitation, including updates to SF 1442, Minimum Wage Schedule (Davis-Bacon), and Special Contract Requirements (e.g., Masterworks, Section 409 for Micro Surfacing, Table 703-6). Bidders must review all updated sections.
- Multiple Q&A documents (most recent posted 2026-01-27) clarify details, confirming Micro Surface is the only surfacing type and addressing specifics on Quality Control Managers (QCMs), equipment, staging, water sources, and working hours. Many clarifications refer to Amendment A001 for definitive information.
- Proposals must be submitted as a printed copy; electronic bids are not accepted.
- This notice also serves to publicize opportunities for potential subcontractors.