ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
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 Firm Fixed-Price Task Order Request for Proposal for the ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area project in Valley County, Idaho. This opportunity is restricted to six specific prime contractors holding the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC). The project involves construction of a 2.7-mile trail surface, parking area expansion, erosion repair, and facility installation. Proposals are due March 24, 2026.
Scope of Work
The project entails creating a 2.7-mile "firm and stable" trail surface, expanding and paving the existing trailhead, formalizing a beach access trail, repairing a slope erosion issue, installing a vault toilet, and modifying the trail to meet Architectural Barriers Act requirements. Key requirements include:
- Earthwork: Clearing & Grubbing (0.9 ACRE), Excavation & Embankment (1150 CUYD Roadway), Slope Reinforcement (450 CUYD).
- Paving: Minor Crushed Aggregate (180 CUYD), Stabilized Aggregate Surface Course (1,230 TON), Asphalt Pavement Type 1 (75 TON).
- Incidental Construction: Paved Waterways, Concrete Curb & Gutter, Fences, Rental Equipment, General Labor, Topsoil, Turf Establishment, Traffic Control, Pavement Markings, Kiosk Fixtures, and Vault Toilet Fixture.
- Geotechnical recommendations for slope repair are provided.
Contract & Timeline
- Type: Firm Fixed-Price Task Order
- Estimated Price Range: $700,000 - $2,000,000
- Period of Performance: 1400 calendar days after Notice to Proceed (NTP)
- Fixed Completion Date: October 2, 2026 (assuming NTP by May 15, 2026)
- Proposal Due: March 24, 2026, at 2:00 p.m. local time
- Published: March 16, 2026 (latest update)
Eligibility & Evaluation
- Restricted: This Task Order Request for Proposal is solely for the following MATOC IDIQ holders: ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., and THOMPSON CONTRACTING, INC.
- Evaluation: Selection will be based on the lowest price.
- Requirements: A bid bond is required. Large businesses must submit an acceptable subcontracting plan prior to contract award. Electronic bids are not accepted; printed copies must be submitted.
Additional Notes
This opportunity is advertised on SAM.gov to announce the project and assist potential subcontractors by publicizing opportunities. Electronic plan sheets are available. Technical questions must be submitted in writing five days prior to the due date, with answers posted on SAM.gov. No Government personnel will be available for show-me tours.