ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
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), under the Department of Transportation, has issued a Task Order Request for Proposals (TORP) for the ID FLAP BONNER 841(1) project, involving the reconstruction of Trestle Creek Road from MP 100 to 103.7 in Bonner County, Idaho. This opportunity is exclusively for pre-selected prime contractors holding contracts under the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) IDIQ. The project aims to improve roadway safety, durability, and mitigate environmental impact on bull trout habitat. Proposals are due February 25, 2026.
Scope of Work
The project entails comprehensive roadway improvements over approximately 3.7-3.8 miles within the Kaniksu National Forest. Key deliverables include:
- Roadway reconstruction and widening, including vehicle turnouts.
- Streambank stabilization using bio-engineered methods (e.g., buried riprap, log revetments, boulder clusters, native vegetation).
- Replacement of existing culverts and installation of stormwater catch basins.
- Application of asphalt concrete pavement.
- Associated intersection improvements, drainage improvements, and roadside safety enhancements.
- Compliance with Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14).
Contract Details
- Contract Type: Firm-Fixed-Price Task Order Contract.
- Estimated Price Range: $5,000,000 to $10,000,000.
- Period of Performance: Completion required not later than November 5, 2026.
- Eligibility: Restricted to specific MATOC IDIQ holders: ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., and THOMPSON CONTRACTING, INC.
- Set-Aside: None specified. Large businesses are required to submit an acceptable subcontracting plan.
Submission & Evaluation
- Proposal Due Date: February 25, 2026, by 22:00 UTC.
- Submission Method: Electronic proposals will NOT be accepted; printed copies are required.
- Evaluation Criteria: Selection will be based on the lowest price.
Important Notes & Clarifications
- The SAM.gov posting serves to announce the project and publicize subcontracting opportunities for potential subcontractors.
- Centerline alignment data will NOT be provided; bidders must base proposals on existing solicitation documents.
- For Bid Item A0260 (Well Depth), bidders should refer to page 4 of Geotechnical Memorandum GM23-22 and bid according to solicitation documents; the government will not change the item to Force Account.
- Viewing the project site is encouraged, but no government personnel will be available for show-me tours.
- All material sources must be certified free from noxious weeds and invasive plants.
- Contact for general questions: wfl.contracts@dot.gov or 360-619-7520.