ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7

SOL #: 69056725R000015Solicitation

Overview

Buyer

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

Place of Performance

Sandpoint, ID

NAICS

Highway (237310)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Aug 21, 2025
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 25, 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 Highway Division, has issued a Task Order Request for Proposals (TORP) for the ID FLAP BONNER 841(1) project, involving the reconstruction of Trestle Creek Road (MP 100 to 103.7) in Bonner County, Idaho. This TORP is exclusively for six pre-selected prime contractors holding the Idaho, Montana, and Surrounding Areas MATOC IDIQ. The project is estimated to be between $5,000,000 and $10,000,000. Proposals are due February 25, 2026.

Scope of Work

The project focuses on improving Trestle Creek Road by enhancing roadway safety, mitigating sight distance concerns, improving durability, and reducing sediment entering Trestle Creek, a critical bull trout habitat. Key deliverables include:

  • Roadway reconstruction and widening to provide vehicle turnouts.
  • Streambank stabilization using bio-engineered methods (buried riprap, log revetments, boulder clusters, native vegetation).
  • Replacement of existing culverts and installation of stormwater catch basins.
  • Application of asphalt concrete pavement.
  • Earthwork, slope reinforcement, aggregate, and incidental construction. All work will adhere to the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14).

Contract Details

  • Contract Type: Firm-fixed-price task order.
  • Estimated Value: $5,000,000 to $10,000,000.
  • Period of Performance: Commencement within 10 calendar days after notice to proceed, with completion not later than November 5, 2026.
  • Eligibility: Restricted to the following MATOC IDIQ holders: ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., and THOMPSON CONTRACTING, INC.
  • Set-Aside: Not applicable for new prime bidders; large businesses among the eligible primes must 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.
  • Questions: General and technical questions must be submitted in writing at least five days before the due date to wfl.contracts@dot.gov. Answers will be posted on SAM.gov.

Additional Notes

This SAM.gov posting serves to announce the upcoming project and assist potential subcontractors by publicizing opportunities. Viewing the project site is encouraged, but no government personnel will be available for show-me tours. Bidders should review the USFS Food Storage Order for the Idaho Panhandle National Forests, which outlines restrictions for activities within the described National Forest areas.

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 18, 2026
View
Version 3
Solicitation
Posted: Feb 2, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 23, 2026
Version 1
Pre-Solicitation
Posted: Aug 21, 2025
View