CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile

SOL #: 69056725R000013Solicitation

Overview

Buyer

Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States

Place of Performance

CA

NAICS

Highway (237310)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 22, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Jan 29, 2026, 10:00 PM

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 seeking proposals for Pavement Preservation at Yosemite National Park and Devils Postpile National Monument, California. This is a Task Order Request for Proposal (TORFP), Solicitation No. 69056725R000013, issued under an existing Multiple Award Task Order Contract (MATOC). Proposals are due January 29, 2026.

Scope of Work

The project involves comprehensive pavement preservation, including micro surfacing, crack sealing, patching, and pavement markings for roads and parking areas. The scope is divided into a Base schedule and three Options (X, Y, Z), covering approximately 18.53 miles of roadway and 9 parking areas in Yosemite for the Base schedule, with additional mileage and parking areas under the options.

Key clarifications and requirements include:

  • Surfacing: Exclusively Micro Surface; 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 truck-mounted equipment or handwork in areas with physical constraints.
  • Quality Control: One Quality Control Manager (QCM) is required per park with ongoing construction. If work is concurrent in multiple parks, multiple QCMs will be required and paid for. QCMs are permitted to perform testing.
  • Pavement Markings: Temporary pavement markings approved by the Contracting Officer satisfy the 48-hour application requirement. Payment for striping is per linear foot for each coat applied, with bid item quantities including both coats, meaning the total linear footage for calculation is half of the bid item quantities if two coats are applied.
  • Logistics: Water is available for purchase from Yosemite National Park. The Pohono Pit staging area will be cleared, but drainage pipe may remain and be off-limits. Information on road closures and access restrictions is provided.

Contract Details

  • Contract Type: Task Order under a MATOC.
  • Estimated Value: $5,000,000 to $10,000,000.
  • Eligibility: This opportunity is solely for specific, pre-selected MATOC contract holders. Proposals will only be accepted from the listed 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.
  • Set-Aside: Not applicable (limited competition under existing MATOC).
  • Place of Performance: California (Yosemite National Park and Devils Postpile National Monument).

Amendments and Clarifications

Amendment A001 updated the SF 1442, the Minimum Wage Schedule (effective 01/16/2026), and revised sections related to "Masterworks," Water Sources, Contractor's Daily Record, Construction Operations Limitations, and Micro Surfacing specifications (Section 409, Table 703-6). Further Q&A documents clarified aggregate specifications, noting a correction from Table 703-5 to Table 703-2 for aggregate deviations.

Submission & Evaluation

  • Proposal Due Date: January 29, 2026, at 22:00:00Z.
  • Submission Method: Printed copies of bids must be submitted; electronic bids are not accepted.
  • Evaluation: Award will be based on the lowest bid for the combined total of the Base and Option schedules.

Contact Information

For inquiries, contact Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 12
Solicitation
Posted: Jan 29, 2026
View
Version 11Viewing
Solicitation
Posted: Jan 29, 2026
Version 10
Solicitation
Posted: Jan 28, 2026
View
Version 9
Solicitation
Posted: Jan 27, 2026
View
Version 8
Solicitation
Posted: Jan 22, 2026
View
Version 7
Solicitation
Posted: Jan 21, 2026
View
Version 6
Solicitation
Posted: Jan 14, 2026
View
Version 5
Solicitation
Posted: Dec 15, 2025
View
Version 4
Solicitation
Posted: Dec 15, 2025
View
Version 3
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 2
Pre-Solicitation
Posted: Nov 6, 2025
View
Version 1
Pre-Solicitation
Posted: Aug 22, 2025
View