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 Department of Transportation / Federal Highway Administration (WFLHD) has issued a Task Order Request for Proposals (TORP) for the ID FLAP BONNER 841(1) project. This effort involves the reconstruction and paving of Trestle Creek Road (MP 100 to 103.7) within the Kaniksu National Forest in Bonner County, Idaho. Proposals are due February 25, 2026.
Scope of Work
The project covers approximately 3.81 miles of roadway and aims to improve safety, durability, and environmental protection for bull trout habitats. Key tasks include:
- Roadway Reconstruction: Widening for turnouts and applying asphalt concrete pavement.
- Bank Stabilization: Utilizing bio-engineered methods such as buried riprap, log revetments, and boulder clusters.
- Drainage & Infrastructure: Replacing existing culverts and installing stormwater catch basins.
- Environmental Compliance: Adhering to strict food storage and attractant management orders to protect local wildlife.
Contract & Timeline
- Type: Firm-Fixed-Price Task Order
- Estimated Price Range: $5,000,000 to $10,000,000
- Completion Date: No later than November 5, 2026
- Response Due: February 25, 2026
- Published: February 2, 2026
Eligibility & Set-Aside
This solicitation is restricted to holders of the Idaho, Montana, and Surrounding Areas MATOC IDIQ. Only the following six contractors are eligible to submit prime proposals: ASCORP Inc. (Debco Construction), Granite Construction, Hamilton Construction, M.A. DeAtley Construction, MJ Hughes Construction, and Thompson Contracting. Other firms may participate as subcontractors.
Evaluation
Selection will be based on the Lowest Price among technically acceptable offers from the authorized MATOC holders.
Additional Notes
A Q&A update posted on February 2, 2026, clarified that centerline alignment data will not be provided; bidders must rely on the existing solicitation documents. Electronic proposals will not be accepted; printed copies are required.