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, is soliciting proposals for Pavement Preservation at Yosemite and Devils Postpile National Parks, CA. This Task Order Request for Proposal (TORFP), under Solicitation No. 69056725R000013, is exclusively for seven pre-selected prime contractors holding existing Western Region Pavement Preservation (WRPP) MATOCs. The project involves micro surfacing, crack sealing, patching, and pavement markings. Proposals are due by January 29, 2026, at 7:00 PM UTC.
Scope of Work
The project includes a Base Schedule covering 18.53 miles of roadway (18.15 miles in Yosemite, 0.38 miles in Devils Postpile) and 9 parking areas in Yosemite. Additionally, there are three options (X, Y, Z) for further work in Yosemite, totaling an additional 6.43 miles of roadway and 11 parking areas. Work primarily consists of micro surfacing, crack sealing, asphalt concrete patching, and pavement markings. All work must adhere to the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24, using U.S. Customary units.
Contract Details
- Contract Type: Task Order under an existing Multi-Award Task Order Contract (MATOC).
- Estimated Value: $5,000,000 to $10,000,000.
- Eligibility: Restricted 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. This opportunity is publicized on SAM.gov to assist potential subcontractors.
- Set-Aside: None (restricted competition among MATOC holders).
Key Amendments & Clarifications
Amendment A001 (posted January 22, 2026) significantly revises the solicitation, updating the Davis-Bacon General Wage Decision, and adding/revising language for "Masterworks" across various sections. It also details changes to Section 409 (Micro Surfacing) regarding composition, aggregate gradation, equipment, application rates, and acceptance criteria, and updates Table 703-6 (Aggregate Gradation).
Recent Questions & Answers (Q&A), including the latest posted January 28, 2026, provide further clarifications:
- Micro Surfacing: Only Micro Surface is planned; no sealcoating. Type II Micro Surfacing is allowed in parking areas at the contractor's discretion. Continuous feed equipment is generally required, with exceptions for physically constrained areas allowing truck-mounted equipment or handwork.
- Quality Control Managers (QCMs): One QCM is required per park with ongoing construction; two QCMs are required and paid for if work is concurrent in multiple parks.
- Pavement Markings: Payment is per linear foot of each coat applied. Bid item quantities include both required coats. Temporary pavement markings, if approved by the CO, satisfy the 48-hour rule for the first coat.
- Logistics: Information on typical road opening dates for Yosemite after winter closures and length restrictions for large trucks/trailers is provided. Water will be available for purchase from Yosemite.
Submission & Evaluation
Proposals must be submitted as a printed copy to the address listed on SF 1442; electronic bids are not accepted. Bidders must complete SF 1442, Bid Schedule, Solicitation Provisions, Contract Clauses, Minimum Wage Schedule, Special Contract Requirements, and Plans. Evaluation will be based on the lowest bid for the combined total of the Base and Option schedules. General and technical questions were accepted until five business days before the due date.
Additional Notes
Relevant documents include "YOSE Cycle 6 Final Report" and "DEPO Cycle 6 Final Report," detailing road inventory and condition assessments, which can inform proposals. An "FLH Bridge oversized or overload vehicle permit request form" is also available, relevant for transporting oversized/overweight loads.